Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

59 -- Furnish all labor, material, and transportation to install chain link fence and gates at U.S. Army, Proving Ground, AZ

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DABK41-03-R-0119
 
Response Due
7/24/2003
 
Archive Date
9/22/2003
 
Point of Contact
Michael McDaniel, 928-328-6356
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(Michael.McDaniel@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures (SAP) as a Brand Name or Equal in accordance with the Federal Acquisition Regulation (FAR) 52.211-6 (Aug 1999). It is strongly advised that offerors conduct a thorough review of FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your RFP if you are submitting an Equal To offer. The solicitation document and incorpor ated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14 dated (May 22, 2003) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20030603. It is anticipated that payment wi ll be made by Government VISA Credit Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 332323 with a size standard of 500 employees. The proposal shall consist of one Contract Line It em (CLIN) 0001, Quantity 1, Unit of Issue: Lot, Description: FURNISH AND INSTALL CHAIN LINK FENCE AND GATES TO PROTECT INSTALLATION PERSONNNEL AND PROPERTY AROUND HILL 630 AND MAIN ADMINISTRATIVE AREA AT THE U.S. ARMY YUMA PROVING GROUND (YPG), AZ, per the Performance Specification is located at the following website www.yuma.army.mil/contracting/rfp.html for review/printing. Drawings will be provided at the Mandatory Site Visit. All proposals shall be clearly marked with RFP number DABK41-03-R-0119 and emailed to Michael.McDaniel@yuma.army.mil no later than 3:00 PM MST, 24 July 2003. A mandatory site visit will be held on 17 July 2003, at 8:00 AM MST Contracting Division Building 2100 Room 8 YPG Yuma, AZ, to ascertain conditions and dimensions affecting the work, as the Contractor is responsible for verification of all dimensions. This will be the only site visit coordinated and no other site visits will be coordinated through Government Contracting. In addition, all technical questions concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil on or before 21 July 2003. Offers that fail to furnish required representations or technical information as required by FAR 52.212-1 cited below or reject the terms and conditions of this solic itation may be excluded from consideration. The Government intends to award a contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous (Best Value) to the Government based on brand name or equal, schedul e, and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instruction to Offerors Commercial Items (Oct 2000), FAR provision 52.211-6 Brand Name or Equal (Aug 1999), FAR prov ision 52.212-2 Evaluation Commercial Items (Jan 1999), FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (July 2002) with Alternate I (April 2002), and DFARS 252.212-7000 Offerors Representations and Certifications - Commer cial Items (Nov 1995). In order to complete the Offeror Representation and Certifications for the above referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste it t o a Word document and complete. Links to the provisions are also located on our website at http://www.yuma.army.mil/contracting/rfq.html. The following clauses also apply to this acquisition: FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2002), and specifically addendum 52.247-34, FOB Destination (Nov 1991). FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Sta tutes or Executive Orders Commercial Items (April 2003) applies to this acquisition and specifically, 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995); 52.219-6 Notice of Total Small Business Set-Aside ( Jun 2003) with Alternate I (Oct 1995); 52.219-8 Utilization of Small Business Concerns (Oct 2000), 52.219-14 Limitations on Subcontracting (Dec 1996) 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222- 35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Vete rans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Sep 2002); 52-223-9 Estimate of Percentage of Recovered Material Content for EPA-Designate d Products (Aug 2000); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999); 52.232-36, Payment by Third Party (May 1 999). DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2003) applies to this Acquisition, and specifically 252.225-7001 Buy American Act- Trade Agreements-Balance of Payments Program (Apr 2003) (41 U.S.C. 10a-10d, E.O. 10582) and 252.232-7003 Electronic Submission of Payment Requests (Mar 2003) (10 U.S. C. 2227). FAR clause 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acq uisition. Paragraph a. of this provision is completed as follows: Award will be made on a Best Value basis. Your proposal shall be reviewed first to ensure compliance with the performance specifications. If determined responsive, the following additional evaluation factors shall be applied to determine Best Value. Factor 1: Brand Name or Equal for Electric Gates: AutoGate Vertical Pivot Lift (VPL24vDC), Manufacture AutoGate, 7306 Driver Road, P.O. Box 50, Berlin Heights, Ohio 44814 (800) 944 4283, Fax 419 588 3514) www.autogate.com. The criteria to be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicit ation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. Factor 2: Completion: The second is completion of project. A proposed schedule plan must be submitted with y our proposal. The project shall be complete within three months after receipt of award. Factor 3: The third Best value criteria is cost. Award may be made to other than low offeror, based on the best value criteria set-forth above. If you plan on particip ating in this acquisition you are required to provide your name, address, phone number and e-mail address to Michael McDaniel via e-mail to Michael.McDaniel@yuma.army.mil and Pamela Nevels Pamela.Nevels@yuma.army.mil or facsimile (928) 328 6849 to the addr esses provided herein for notification of amendments. Names of personnel attending the mandatory site visit shall be provided prior to 16 July 2003 (NOTE: Emai l the names of personnel attending the mandatory site visit to both Michael McDaniel and Pamela Nevels. This is required so that visit requests can be coordinated with Yuma Proving Ground security. Your proposal must indicate whether you will accept payme nt by VISA, state warranty terms and conditions and time of delivery, which is not to exceed three months. See Note 1.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK41/DABK41-03-R-0119/listing.html)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00366963-F 20030710/030708221819 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.