SOLICITATION NOTICE
99 -- Secure Storage Area
- Notice Date
- 9/17/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, 5111 Leesburg Pike Skyline 5, Suite 900A, Falls Church, VA, 22041-3206
- ZIP Code
- 22041-3206
- Solicitation Number
- DCA100-03-T-4070
- Response Due
- 9/24/2003
- Archive Date
- 10/9/2003
- Point of Contact
- Eva Johnson, Contract Specialist, Phone (703)681-0389, Fax (703)681-0389,
- E-Mail Address
-
johnsone@ncr.disa.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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DCA100-03-T-4070 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-8. SIC Code is 2541 (NAICS Code-337215). Small business standard is 500 employees. There is one CLIN 0001 ? Secure Storage Area. Development of pricing for this CLIN should include material costs, freight charges, and installation charges. DESCRIPTION: The Real Estate, Facilities & Logistics Division (AQ22) at Defense Information Systems Agency requires the procurement of a Racking/Shelving System with Secured Cages to support upgrading the warehouse area at Skyline 7; 5275 Leesburg Pike, Falls Church, VA. 22041. PLEASE CONTACT THE CONTRACTING OFFICER FOR ADDENDA TO THIS SOLICITATION WHICH IS A COMPLETE DESCRIPTION OF THE SPECIFICATIONS FOR THE WAREHOUSE RACKING SYSTEM REQUIRED. Contracting Officer: Eva Johnson, (703) 781-0389; E-mail Address: johnsone@ncr.disa.mil. DELIVERY: CLINS 0001 shall be delivered FOB Destination to: The warehouse area at Skyline 7; 5275 Leesburg Pike, Falls Church, VA. 22041. Exact date for delivery and completion will be negotiable. SOLICITATION PROVISIONS: The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate offers: (1) PAST PERFORMANCE IN PROVIDING THE SAME OR SIMILAR RACKING/SHELVING SYSTEM IN OR ON A GOVERNMENT FACILITY WITHIN THE PAST TWO YEARS. (2) TECHNICAL CAPABILITY TO BE ABLE TO CUSTOM DESIGN REQUIREMENT AND MAKE ON SITE MODIFICATION(S) TO ENSURE THE SECURITY OF THE CAGE UNITS ARE IN COMPLIANCE WITH THE CUSTOMER NEEDS. SUBFACTOR (a) VENDOR MUST POSSESS A CLASS A CONTRACTOR LICENSE TO PERFORM BUSINESS IN VIRGINIA. SUBFACTOR (b) RACKING SYSTEM MUST CONFORM TO 1997 RACK MANUFACTURERS? INSTITUTE (Load Range Per Foot) LRFD SPECIFICATIONS AND 1996 AMERICAN IRON AND STEEL INSTITUTE LRFD SPECIFICATIONS FOR PALLET LOAD DESIGN. (3) PRICE. Factors are listed in descending order of importance. Subfactors are all of equal importance. Past Performance and Technical factors combined are significantly more important than price. Award will be made to the responsible offeror whose proposal is technically acceptable, responsive to the requirements of this solicitation, and presents the best overall value to the Government. Only one award will be made. Offerors shall submit a written cost and technical proposal which illustrates its product and states the Total Cost: Pricing should include material costs, freight charges, and installation charges. Please include past performance references. The Government intends to evaluate proposals and make award without discussions; however, the Government reserves the right to hold discussions if necessary. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and Addenda. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.232-17, Interest, DFARS 252-212-7000, Offeror Representations and Certifications-Commercial Items, DFARS 252-212-7001, Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this acquisition. Offeror shall include a completed copy of provision 52.212-3, Offerors Representations and Certifications-Commercial Items with its offer. Full text of these provisions may be accessed on line at http://www.arnet.gov/References/ or http://farsite.hill.af.mil/. SUBMISSION OF OFFERS: DUE DATE FOR RECEIPT OF OFFERS IS 22 SEPTEMBER 2003, 5:00 P.M. EST. Due to End of Fiscal Year, no extensions will be granted for preparation and/or submission of offers. Submit one (1) hard copy of offer to Eva Johnson no later than the specified time listed under ?Submissions of Offers? to the following address: DEFENSE INFORMATION SYSTEMS AGENCY, National Capital Region, 5111 Leesburg Pike, Suite 900A, Skyline 5, Falls Church, Virginia 22041-3206. Electronic Submission of Proposals is authorized only as a back-up to the hard copy which is required to be submitted. If submitted via surface mail, proposals should be sent to the official mailing address listed in this paragraph. No facsimile offers will be accepted. CENTRAL CONTRACTOR REGISTRATION: All offerors must ensure that they are registered in the Central Contractor Registration. This is mandatory for award of any Government contract. To register, please go on-line to http://www.ccr.gov. POINT OF CONTACT: If you have any questions regarding this solicitation, please contact the Contracting Officer: Eva Johnson at (703) 681-0389 or johnsone@ncr.disa.mil.
- Place of Performance
- Address: DEFENSE INFORMATION SYSTEMS AGENCY, Skyline 7; 5275 Leesburg Pike, Falls Church, VA 22041
- Zip Code: 22041
- Country: U.S.
- Zip Code: 22041
- Record
- SN00436126-W 20030919/030917213024 (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 |