Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2004 FBO #1125
SOLICITATION NOTICE

83 -- Deployable Rapid Assembly Shelter

Notice Date
12/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-05-T-0093
 
Response Due
12/28/2004
 
Archive Date
2/26/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial Item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposals are being r equested and a written solicitation will not be issued. The solicitation number W912CN-05-T-0093 is issued as a request for quote (RFQ), and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. The Governme nt intends to award a contract to a scheduled GSA holder. Provide the GSA contract number and copy of the GSA schedule or a website where the GSA schedule can be downloaded. The North American Industry Classification System code is 314912, with a small b usiness standard of 500 employees. The acquisition is a firm-fixed contract to purchase Item 0001, 1/SET = Deployable Rapid Assembly Shelter (DRASH)  Medical Company Set = Shelter: 2- 6XBTs, 1-6XB, 2-4XBTs, 2-vehicle/shelter boot, 2-XB to XB connecto r, 3-steel stake pin sets, 5-spare parts kit, 5- 4-bulb light set (w/wire pkg), 3-drash heater, 1-system plenum (3 6XB/XBT plenums), 2-4XB/XBT plenum. Power/ECU: 1-HP2J-C (12T ecu/35 kw genset), 1-HP4-DL (8T ecu/20 kw genset). Item 0002, 5/SETS = Deploy able Rapid Assembly Shelter (DRASH)  Medical Jump Unit = Shelter: 1-4XB, 1-Vehicle/shelter boot, 1-Spare parts kit, 1-(4) Bulb light set (w/wire pkg), 1-Drash heater, 1-4XB/XBT plenum, DRASH HP2JC Trailer (208v/60Hz/3 phase). Power/ECU: 1-HP2-C (8T ecu/2 0 kw genset). Delivery of equipment shall be made FOB destination to Schofield Barracks, HI. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards  Delete entire paragraph. Substitute Single Award. The Government plans to award a single contract resulting from this solicitation. FAR 52.212-2 Evaluation  Commercial Items  As a minimum, the proposal shall contain (1) Descriptive Literature to determine product acceptabi lity; (2) Listing of past performance (contract references, include name/address/phone); (3) Ability to meet the delivery schedule; (4) Price/Cost of the Brand name or equal as described in contract line items (CLINs) 0001 and 0002. Offerors who fail to f ollow the format and requirements listed in 1 through 4 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be considered. Award will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performance, ability to provide past performance and ability to meet the delivery schedule. The government may award a contract based on initial offers received, without discussion of such o ffers; therefore, initial offer should contain the offerors best terms from a cost or price and technical standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications  Commercial Items a nd 52.212-7000 Offeror Representations and Certifications  Commercial Items with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions  Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Sta tutes or Executive Orders- Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper Activity 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Compliance Evaluation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recyc led Paper; 52.204-7001 Commercial and Government Entity Cage Code Reporting; 52.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.212-7001 Contract Terms and Conditions Required to Implement Statutes; 52.232-0017 Inte rest; 52.232-0033 Payment by Electronic Funds Transfer  Central Contractor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic Funds Transfer Payment; 52.233-2 Service of Protest; 52.204-1 Approval of Contract. The following DFAR Clauses applies: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy American Act  Commodities ; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Preference for Domestic Hand or Measuring Tools; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVE RY SCHEDULE, CLINs 0001 and 0002, 90 days after date of award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE Item 0001 and 0002 within 90 days after date of award. The Defense Priorities and Allocations System (DPAS) does not apply. Descriptive literature and past performance shall be mailed or faxed to the Army Contracting Agency, RCO-HI, ATTN: SFCA-PRH-C, Building 520 (Basement), Fort Shafter, Hawaii 96858-5025, Fax numbers (808) 438-6544 or 438-1337 no later than 12/28/2004, 10:00 A.M. Hawaii Standard Time. For information regarding this solicitation, contact Kerry Luke (808) 438-6535, extension 147. All responsible sources may submit an offer. No telephonic requests for the solicitation package wi ll be accepted.
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN00725898-W 20041225/041223212023 (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.