Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

83 -- Modular General Purpose Tent System

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL-06-Q-TENT
 
Response Due
9/29/2006
 
Archive Date
11/28/2006
 
Small Business Set-Aside
Total Women-owned 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 W912CL-06-Q-TENT is issued as a Request for Quote (RFQ). The solicitation document and FAR incorporated provisions and clauses are those in effect through Federal Acquisi tion Circular (FAC) 2005-11, and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20060711. This acquisition is set aside 100% for women owned small businesses; the NAICS Code is 423910 and the Small Business Size Standard is 500 employees. Army Contracting Agency-The Americas, Mission Support Division has a requirement for: Item 1: Tent System, Modular General Purpose (qty 3): Modular internal arch tent providing an open architecture clear span. Tent must provide a system that distributes wind, rain and snow loads from the fabric to the frame. The tent shall blend into the i nfrared environment and not absorb radiation. The tent must with stand a minimum on one inch per hour of rain for a period of three hours at a speed of no less than 30 mph. Withstands windgusts of at least 60 mph in three second durations. Passes load te st of 10 lbs per square foot for 12 hours. Floor area shall be at least 965 sq feet, eave hight of 7 feet. Green on color. Prefer Model: MGPTS Type III Green Large NSN: 8340-01-512-9461 or equivalent. Delivery: 45 days after receipt of order. Place of delivery for acceptance and FOB Destination DDSP New Cumberland Facility Building 2001, New Cumberland, PA 17070-5001. APPLICABLE PROVISIONS AND CLAUSES: 52.212-1, Instructions to Offerors--Commerci al Items (Jan 2006). Solicitation provision at FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), applies to this acquisition; the Government will award a purchase order resulting from this solicitation to the responsible offeror(s) whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors conside red. The following factors shall be used to evaluate offers; In descending order of importance: (i) Price, (ii) Technical: Quoted produ cts must be the brand name specified or a government determined equal, (iii) ability to meet a delivery date not to exce ed 30 days after receipt of order. Offeror shall include a completed copy of the provision 52.212-3, Offeror Representations and Ce rtifications Commercial Items (June 2006), with each offer along with FAR 52.212-3 (Deviation) (Apr 2002). The clause at FAR 52.212-4, Contract Terms and Conditions (Sept 2005) Commercial Items applies to this acquisition; the clause at FAR 52.212-5, C ontract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2006) blocks (5) (14) (1 5) (16) (17) (18) (19) (20) (26) and (33) apply, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statute s or Executive Orders Commercial Items (Aug 2006) (Deviations). ADDITIONAL CONTRACT REQUIREMENTS: 52.252-1, Solicitation provisions incorporated by reference; 52.252-2, Clauses incorporated by reference; 52.211-6, Brand Name or Equal. The following DFAR Clauses also apply to this solicitatio n: 252.212-7000, Offeror Representations and Certifications Commercial Items (June 2005); 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions of Commercial Items (July 2006) 5 2.203-2 Gratuties and 252-243-7002 Request for Equitable Adjustment apply. 252.232-7010, Levies on Contract Payments. The payment method for this purchase will be the Government Purchase Card (GPC) FUL L TEXT OF THESE PROVISIONS AND CLAUSES MAY BE OBTAINED BY ACCESSING THE LISTED INTERNET WEBSITES: or http://www.acqnet.gov/far/. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. Numbered note 1 applies. Signed and dated offers (quotes), to include a compl ete listing of all items, must be submitted to SFCA-TA-MSC, 2450 Stanley Road, Ft Sam Houston, TX. 78234-6102 no later than 1300 hrs, 29 September 2006. Offers may be submitted via mail, facsimile, or e-mail. (xvii) POC: Becky Veliz at 210-295-6129, Fax 210-295-6834 or emai l at becky.veliz@samhouston.army.mil or Tommie Lucius at 210-295-6573, tommie.lucius@samhouston.army.mil.
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-6102
Country: US
 
Record
SN01155962-W 20060929/060927220807 (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 |
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.