Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOLICITATION NOTICE

25 -- 2 DOOR ARCTIC HARD TOP KITS FOR HMMWV

Notice Date
3/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
USPFO for Alaska, P.O. Box B, Camp Denali, Fort Richardson, AK 99505-2610
 
ZIP Code
99505-2610
 
Solicitation Number
W91ZRU-07-Q-0004
 
Response Due
3/29/2007
 
Archive Date
5/28/2007
 
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 only the solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quote (RFQ) number W91ZRU-07-Q-0004. All proposals shall reference the RFQ number and shall be subm itted by 8:00 A.M. local time on 29 MAR 2007. The anticipated award date is 06 APR 2007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-05 dated 27 Jul 2005. This solici tation is issued under Full and Open Competition. The North American Industry Classification System code (NAICS) is 326199 with a size standard of 500. The Alaska Army National Guard is requesting proposals for HMMWV Arctic Hard Top Kits, standard Crew Cab w/2 insulation internal ,3 color camo CARC paint All; Doors included and painted to match with CARC, all hardware f/insulation included. Each Kit Cr ated individually. The following minimum specifications must be met: The vendor must provide 10(ea) HMMWV Crew cab Hardtops compatible with two-door HMMWV units. The top dimensions should be approximately 37 inches in length; approximately 85 inches in width; and approximately 45 inches in height. The units must be covered with CARC paint and must be 3 color camo in color. The units should include two hard doors and have a 500 lb capacity on the roof. Delivery will be made to the Alaska Army National Gu ard, BLDG 49-140, Camp Denali, Fort Richardson, Alaska 99505-0800, ATTN CSM Kerry Averett (907) 428-6170. The Government intends to award a contract to the offer or whose proposal provides the best value to the Government. The Government will evaluate ea ch proposal by integrating the evaluation price with past/present performance and technical. Technical will be rated at a slightly higher rate than past performance, and when combined are significantly more important than the price. The technical factors include: (1) Ability to meet the specifications- The vendor shall submit a written proposal addressing each of the minimum requirements outlined in the solicitation. The proposal shall be in sufficient detail as to allow a board to review and rate the pr oposal. If the vendor fails to submit a written proposal, it will be considered an indication that the vendor will provide all requirements as outlined in the solicitation. (2) Delivery. The vendor shall identify the number of days it will take to provide the requested items. Failure to do so will indicate an acceptance of a delivery date within 90 days of the contract award. Past/present performance includes (1) Offerors Business Practices, (2) Customer Relationship, (3) Ability to Provide the Requeste d Product, (4) Prior Experience, (5) Adherence to 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 Government intends to evaluate proposals and award a contract without discussions, therefore, offerers initial proposal should contain the offe rors best terms from a cost or price and technical standpoint. The vendor should submit individual pricing for each component. Qualifying offers must meet the stated specifications and must be accompanied by the completed provision 52.212-3, Offeror Repre sentations and Certifications-Commercial Items, with the proposal package, or a completed registration on the ORCA website (http://orca.bpn.gov). The following provisions and clauses will be incorporated into the solicitation by reference: 52.204-7, Centra l Cont ractor Registration, 52.211-6, Name Brand or Equal, 52.212-1, Instructors to Offerors-Commercial Items, 52.212-2, Evaluation  Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 252.204-7004, Central Contractor Registration Alterna te A, 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, 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program, 252.227-7015, Tec hnical Data-Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 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, 52.222-36, Affirmative Action for Workers with Disabil ities, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veteran s, 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration, 52.232-36, Payment by Third Party. The foll owing clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Request for Equitable Adjustment, 252.247-7023. The following additiona l clauses and provisions are added in full text: 52.252-1, Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference (The clauses and provisions incorporated by reference can be accessed in full text at http://farsite.hill.af.mil), 52.233-2, Service of Protest (Andrea Miesler, USPFO, BLDG 49000, Rm. B215, Camp Denali, Fort Richardson, Alaska 99505-0800, Offeror Representations and Certifications  Commercial Items, 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payme nts Program Certificate, 252.227-7015, Item Identification and valuation. Sign and date your offer, the original must be submitted to Alaska Army National Guard, BLDG 49-140, Camp Denali, Fort Richardson, Alaska 99505-0800, ATTN Andrea Miesler, Contract S pecialist, at or before 8:00 a.m., 29 MAR 2007. For information regarding this solicitation contact Andrea Miesler at 907-428-6186, andi.miesler@us.army.mil .
 
Place of Performance
Address: USPFO for Alaska P.O. Box B, Camp Denali Fort Richardson AK
Zip Code: 99505-2610
Country: US
 
Record
SN01247714-W 20070311/070309221749 (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.