SOLICITATION NOTICE
23 -- General Purpose Instrumentation Vans
- Notice Date
- 5/20/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-SHELTERS-TRAILERS
- Response Due
- 6/8/2004
- Archive Date
- 8/7/2004
- Point of Contact
- Evangelina Vara, 505-678-3226
- E-Mail Address
-
Email your questions to ACA, White Sands Missile Range
(varae@wsmr.army.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 number W9124Q-SHELTERS-TRAILERS is issued as Request for Proposal (RFP). This requirement is 100% Total Set-Aside for Small Business. The North American Industrial Classifi cation System Code is 333924 with a small business size standard of 750 employees. You must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov/) in order to receive the award if you are selected. If you are not in the CCR at t he time we are ready to make the award, you will be disqualified. We prefer to make payment by VISA credit card, but will process DFAS-RI EFT payments. Award will be made to a single offeror. A secret clearance is required. You must submit evidence of a current secret clearance. Prospective offerors must be in proximity of White Sands Missile Range, NM. In the event any offeror more than 150 miles from WSMR wishes to submit a proposal, the cost of QA visits will be considered when evaluating their pro posed costs. A Firm Fixed Price Requirements type contract is anticipated. The period of performance is for a 5 Year Contract. The requirement is for the fabrication of General Purpose Instrumentation Vans (Shelters and Trailers) in accordance with the attached Purchase Description. A completed copy of the attached Bid Schedule must be submitted. Price evaluation will be done by using proposed CLIN to establish pricing on mock vans. Oral presentations, held at the contractor's facility, will be requir ed of those offerors who are deemed to be susceptible to meeting the requirements of the PD and the criteria in FAR 52.212-2 after an initial evaluation of the proposals. Oral presentations will be scheduled with those offerors as soon as possible after t he initial evaluation and will be conducted at the contractor's facility. Those offerors will make arrangements to video tape their oral presentations and submit two copies the video tape and presentation slides. Award will be made to the contractor whos e proposal is determined to be the most advantageous using the required criteria in attached FAR 52.212-2 Evaluation-Commercial Items. Past Performance information of a least two (2) customers on attached form must be submitted. Deliveries and/or perform ance shall be made only as authorized by Delivery Orders issued in accordance with FAR 52.216-18 Ordering, FAR 52.216-19 Ordering Limitations, and 52.216-21 Requirements. The incorporated provisions and clauses are those in effect through Federal Acquisit ion Circular 2001-18 dated 11 Dec 03. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: 52.212-1, 52.212-2, 52.212-3. A completed copy of FAR 52.212-3 Offeror Representations and Cer tifications -- Commercial Items must be submitted. The following clauses are applicable to the resultant contract: 52.212-4, 52.212-5, 52.216-18, 52.216-19 and 52.216-21. Full text of these clauses can be found at http://farsite.hill.af.mil/vffara.htm. Fill-in versions for provisions 52.212-3 and clauses 52.212-4 and all attachments mentioned in this synopsis can be found at our webpage http://www.wsmr.army.mil/docpage/pages/sol_stat.htm. Your cost proposal, past performance information and FAR 52.212- 3 shall be submitted electronically to Evangelina Vara at varae@wsmr.army.mil, no later than 2:00 pm (MST) on June 8, 2004. All responsible sources will be considered by the Government. Submissions must be in a format that can be read by Microsoft Office 2000 applications (Word, Excel, and/or PowerPoint). See Note 1.
- Place of Performance
- Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Country: US
- Zip Code: 88002-5201
- Record
- SN00589589-W 20040522/040520212210 (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 |