MODIFICATION
56 -- Bi-parting accordian doors
- Notice Date
- 8/26/2003
- Notice Type
- Modification
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Albuquerque Support (ALTK), 1680 Texas Street SE, Kirtland AFB, NM, 87117-5669
- ZIP Code
- 87117-5669
- Solicitation Number
- DTRA02-03-T-0145
- Response Due
- 9/12/2003
- Archive Date
- 9/27/2003
- Point of Contact
- Elemita Woods, Contract Specialist, Phone (505) 853-0865, Fax (505) 846-4246,
- E-Mail Address
-
elemita.woods@ao.dtra.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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 the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number: DTRA02-03-T-0145 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) # 2001-15 and DFARS Change Notice (DCN) 20030722. This requirement is set aside 100% Small Business. Applicable NAICS: 337215 and size standard is 500 employees. Only interested vendors within 100 miles radius from Albuquerque will be accepted. The Defense Threat Reduction Agency (DTRA) has a requirement to purchase the following Items. Line Item 0001, Qty: 2, Bi-parting accordion door with latch center and light oak vinyl finish, 76 inches wide x 12 feet high, Mfr: Woodfold Door, Series 240, Brand name only. Line Item 0002, Qty: 4, Bi-parting accordion door with latch center and light oak vinyl finish, 87 inches wide x 12 feet high, Mfr: Woodfold Door, Series 240, Brand name only. Line Item 0003, Qty: 1, Bi-parting accordion door with latch center and light oak vinyl finish, 72 1/2 (one half)inches wide x 12 feet high, Mfr: Woodfold Door, Series 240, Brand name only. Line Item 0004, Qty: 2, Bi-parting accordion door with latch center and light oak vinyl finish, 77 inches wide x 12 feet high, Mfr: Woodfold Door, Series 240, Brand name only. Line Item 0005, Qty: 1, Bi-parting accordion door with latch center and light oak vinyl finish, 79 inches wide x 12 feet high, Mfr: Woodfold Door, Series 240, Brand name only. Line Item 0006, Qty: 1, Bi-parting accordion door with latch center and light oak vinyl finish, 78 inches wide x 12 feet high, Mfr: Woodfold Door, Series 240, Brand name only. Line Item 0007, Qty: 1, Bi-parting accordion door with latch center and light oak vinyl finish, 96 inches wide x 12 feet high, Mfr: Woodfold Door, Series 240, Brand name only. Line Item 0008, Qty: 1, Light oak wooden door, 36 inches wide x 88 inches high, Mfr: Gramm, PN: GPD, Brand name only. Line Item 0009, Installation (Installation to be done in two phases as determined by other construction being performed in our Weapons Display Area). Line Item 0010, NMGRTax @ 5.375% on labor only or applicable rate. Site Visit is required. Site visit will be 5 September 03 at 10:30am (MST) at the Defense Nuclear School at 1900 Wyoming Blvd SE, Kirtland AFB NM 87117-5669. Point of Contact for site visit is Jessie Watkins, 505-853-0183. All personnel will be escorted while inside the facility. No beepers, cellular telephone or two-way radios are allowed inside of the facility. Delivery/installation required is 45 days after receipt of order or sooner. Delivery shall be FOB: Destination (price is inclusive of all shipping charges) and delivered/installation at Defense Threat Reduction Agency/DNWS, 1900 Wyoming Blvd. Kirtland AFB NM 87117-5669. The following FAR provisions clauses and addenda apply to this acquisition: 52.212.1 - Instructions to Offerors - Commercial Items, 52.212-2 - Evaluation - Commercial Items. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: (1) lowest price brand name products. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items. Other applicable clauses: 52.212-4 - Contract Terms and Conditions - Commercial Items, 52.212-5 - Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items and with the following applicable FAR clauses: 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 - Prohibition of Segregated Facilities, 52.222-26 - Equal Opportunity, 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.222-37 - Employment Reports on Disabled Veterans and Veterans of Vietnam Era; 52.225-13 - Restriction on Certain Foreign Purchases; 52.232-33 - Payment be electronic Funds Transfer - Central Contractor Registration; 52.243-1 - Changes - Fixed Price, 52.246-1 - Contractor Inspection Requirement; 52.246-16 - Responsibility for Supplies; 52.247-34 - FOB Destination; Additionally, each offeror shall include a complete copy of Defense FAR Supplement (DFARS) Provision 252-212-7000 - Offeror Representations and Certifications - Commercial Items. The Following clauses and addenda apply to this acquisition. DFARS252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 - Required Central Contractor Registration; 252.225-7001 - Buy American Act and Balance of Payment Program; 252-247-7023 - Transportation of Supplies by Sea (10 U.S.C. 2631), and 252.247-7024 - A Notification of Transportation of Supplies by Sea. Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale provided such warranty is available at no additional cost to the Government; (2) Include a Delivery Schedule and the Discount/Payment Terms; (3) Include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) Include Taxpayer Identification Number (TIN), Cage Code Number, and Duns Number; (5) In accordance With DFARS 204-73, Vendor must be registered in Central Contractor registration (CCR). For Solicitations Issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR Database. Registration may be done by accessing the CCR via the Internet at http://www.ccr2000.com. This is a DO-C9E rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures. Offers shall be forwarded to the following address no later than 2:00pm (MST) COB: 12 Sept 03 to Defense Threat Reduction Agency/ALRK, Attn: Elemita Woods, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669. (Faxed quotes are acceptable, 505-846-4246). E-mail is elemita.woods@ao.dtra.mil. The anticipated award date is 18 Sept 03. Responsible sources may submit a quote, which shall be considered by this agency. See Note 1.
- Place of Performance
- Address: DEFENSE THREAT REDUCTION AGENCY/DSWA, 1900 WYOMING BLVD SE, KIRTLAND AFB NM
- Zip Code: 87117-5669
- Zip Code: 87117-5669
- Record
- SN00413043-W 20030828/030827075040 (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 |