SOLICITATION NOTICE
54 -- Engineering and Installation of a Precast Concrete Electronic Equipment Shelter
- Notice Date
- 8/22/2005
- 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-0054
- Response Due
- 9/6/2005
- Archive Date
- 11/5/2005
- Small Business Set-Aside
- Total Small Business
- Description
- Combination Synopsis/Solicitation Engineering and Installation of a Precast Concrete Electronic Equipment Shelter Solicitation Number: W9124R-05-T-0054 Response Date: 11:00 AM MST, 06 September 2005 Questions: 11:00 AM MST, 29 August 2005 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 with add itional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Fac 2005-05, Effective 27 July 2005 & Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplemen t (DFARs), current to DCN 20050726 Edition. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. The awarded contract will be firm fixed price. It is anticipated 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 acti vely 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 steel or ot her 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, 12 FEET X 16 FEET X 10 FEET. THE STATEMENT OF WORK AND DRAWINGS ARE AVAILABLE ON THE U.S. ARMY CONTRACTING AGENCY YUMA WEBSITE www.yuma.army.mil/contracting/rfp.html Shelter shall be delivered and installed within 90 days after date of award. All proposals shall be cl early marked with RFP number W9124R-05-T-0054 and emailed to Edgar.Angulo@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 11:00 AM MST, 06 September 2005. The deadline for questions is 11:00 AM MST, 29 August 2005. Offers that fail to furn ish 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 r eference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2005). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web S ite 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 (Mar 2005) Alternate I (Apr 2002). FAR 52.212-4 Contract 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 an d 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. Te chnical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will be reviewed for compliance with the description, specifications, and statem ent of work for this requirement. Past performance will then be evaluated for all offerors whose technical proposal have been determined acceptable. Offerors sh all include in their proposal, past performance information on at least two other contracts in which they provided the 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 Contact with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (July 2005) 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 , Veterans 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 Cond itions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2005) applies to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (June 2005 ). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Edgar Angulo via email to Edgar.Angulo@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1 for small business-set asides.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00876184-W 20050824/050822212318 (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 |