SOLICITATION NOTICE
W -- Portable Air Conditioning Systems
- Notice Date
- 4/1/2006
- Notice Type
- Solicitation Notice
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-06-R-0013
- Response Due
- 4/18/2006
- Archive Date
- 6/17/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement co nstitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912LP-06-R-0013. All proposals shall reference the RFP number and shall be submitted by 11:00 A.M. local time on 18 Apr 2006. The anticipated award date is 24 Apr 2006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-08 dated 05 Jan 2006. This s olicitation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 532490 has a size standard of 6.5. The Iowa Army National Guard along with Iowa State University and Ames, Iowa wishes to procure tempora ry, Portable Air Conditioning Systems for six rooms in four different structures to support the 2006 Special Olympics National Games. The work includes but is not limited to all material, equipment, and manpower required to provide the desired temperature s identified in attachment #1 (attachment #1 can be viewed at the USPFOs EBS website http://216.81.179.134/ebs/advertisedsolicitations.asp ) . The successful vendor will be required to set-up and tear down the temporary air conditioning systems in accorda nce with the timeline shown on attachment #1. The vendor is responsible for ensuring that the portable air conditioning systems remain running from 7 A.M. to 5 P.M. in each venue from July 2, 2006 through July 7, 2006. This includes providing and fueling the generators (if required). The maximum down time for any piece of equipment should not exceed 30-minutes. Vendors planning on submitting a proposal are required to conduct a site visit with Liz Kurt by calling (515) 294-7838. The successful offeror wi ll be required to provide a primary and secondary emergency phone number to the Special Olympics coordinator for any emergencies that arise surrounding the temporary protable air conditioning systems. The Government intends to award a contract to the offe ror whose proposal provides the best value to the Government. To arrive at a best value decision, the Source Selection Authority will integrate the evaluation price with past/present performance and technical, past performance and technical are rated high er than the price factor with technical significantly more important than past performance. The technical factor will be Offerors Plan to Keep the Temporary Air Conditioning Running. The vendor shall submit a written plan that explains how they propose to keep the temporary air conditioning systems operations during the Special Olympics. Vendors that propose to have a person on site at all times will be rated higher than a vendor that will be on call or will make periodical stops during the event. Pas t/present performance includes (1) Offerors Business Practices, (2) Customer Relationship, (3) Ability to Meet Contract Requirements, (4) Prior Experience, (5) Adherence to Delivery Schedule, and (6) Quality of Contractors Team. The vendor should provide the Government with the most current past performance references. A reference name, contract number, phone number, fax number and or e-mail address should be submitted to allow the Government to obtain adequate past performance information. The vendor sh ould provide the Government with a firm fixed price per unit. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerers initial proposal should contain the offerors best terms from a cost or price and techn ical standpoint. The following provisions and clauses will be incorporated into the solicitation by reference: 52.212-1, Instructors to Offerors-Commercial I tems, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.204-4, Printed or Copied-Double Sided on Recycled Paper, 252-209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. The following clauses within 52.212-5 ap ply to this solicitation and any resultant contract: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52. 222-3, Convict Labor, 52.222-19, Child Labor- Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 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, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Fun ds Transfer-Central Contracting Registration, 52.232-36, Payment by Third Party, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 52.219-4, Limitations on Subcontracting, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Request for Equitable Adjustment, 252.247-7023, 252-247-7023 Alt III, Transportation of Supplies by Sea. Qualifying offers must meet the stated specifications and must be accompanied by the completed provision 52.212-3 or a completed registration on the ORCA website. See paragraph I of 52.212-3 for instructions. The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest states- a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Ac counting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from USPFO Purchasing and Contracting Office, 7105 NW 70th Ave, Johnston, IA 50131. (b) The copy of any prote st shall be received in the office designated above within one day of filing a protest with the GAO. Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: SSgt Renee Berg, Contract Specialist at or before 11:00 a.m., 18 Apr 2006. For information regarding this solicitation contact SSgt Renee Berg at renee.berg@ia.ngb.army.mil or Brenda McKnight at 515-252-4114, brenda.mcknight@ia.ngb.army.mil.
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
- Zip Code: 50131-1824
- Country: US
- Zip Code: 50131-1824
- Record
- SN01019649-W 20060403/060401211627 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |