Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2004 FBO #1108
SOLICITATION NOTICE

54 -- Engineering and Installation of a Precast Concrete Electronic Equipment Shelter

Notice Date
12/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
327390 — Other Concrete Product Manufacturing
 
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
W9124R-05-T-0007
 
Response Due
12/16/2004
 
Archive Date
2/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented wi th additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-25 dated 4 Oct 2004 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20041110. The awarded contract will be firm fixed price. It is anti cipated that payment will be made by Government Visa Credit Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 327390 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html or http://www.ccr.gov Note that this solicitation is for a precast concrete electronic equipment shelter and that stee l or other types of shelters are unacceptable and such offers will not be accepted. The proposal shall consist of one Contract Line Item Number (CLIN 0001), Quantity 1, Unit of Issue: Each, Description: PRECAST CONCRETE ELECTRONIC EQUIPMENT SHELTER 16 FEET X 24 FEET X 10 FEET. THE CSS, DESCRIPTION, SPECIFICATIONS, STATEMENT OF WORK, AND DRAWING ARE AVAILABLE ON THE U.S. ARMY CONTRACTNG AGENCY YUMA WEBSITE www.yuma.army.mil/contracting/rfp.html The shelter shall meet or exceed all of the specifications. This requirement is for a commercially available precast concrete electronic equipment shelter with preinstalled electrical and mechanical systems. The contractor shall engineer, install, fabricate, furnish, deliver/off load (contractor to provide all transpor tation, crane, and crane operator), and install on site a completed, fully operational, turnkey precast concrete electronic equipment shelter as outlined in the description, specifications, and statement of work to US Army Yuma Proving Ground, AZ 85365 (US AYPG). Advance notification of delivery is required. Price shall include all transportation, crane, and crane operator costs for delivery, off load, and installation at USAYPG. All applicable fire and safety codes and Zone 4 Earthquake ordinances shall be met. Contractor shall provide blueprints, specifications and description of work for the precast concrete electronic equipment shelter, and preinstalled electrical and mechanical equipment for approval prior to fabrication. All proposals shall be clearly m arked with RFP number W9124R-05-T-0007 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 3:00 PM MST, 16 December 2004. The deadline for technical questions is noon MST, 9 Dec 2004. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by refe rence and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2004). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (May 2004) Alternate I (Apr 2002). FAR 52.212-4 Con tract Terms and Conditions Commercial Items (Oct 2003) and specifically addendum 52.247-34 FOB Destination (Nov 1991). FAR 52.236-12 Cleaning Up (Apr 1984). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technic al proposals will be reviewed for compliance with the description, specifications, and statement of work for this requirement. Past performance will then be evaluated for all offerors whose technical proposal have been determined acceptable. Offerors shall include in their proposal, past performance information on at lease two other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Name of Point of Contract with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Oct 2004) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 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, Veter ans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-34 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) applies to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Apr 2003). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
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
SN00717435-W 20041208/041206212004 (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.