Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
SOLICITATION NOTICE

34 -- OUTDOOR ENCLOSURE

Notice Date
5/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment 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-07-T-1067
 
Response Due
5/31/2007
 
Archive Date
7/30/2007
 
Small Business Set-Aside
Total Small 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. The U.S. Army Yuma Proving Ground, AZ has a requirement to purchase outdoor enclosures and battery boxes. The Request for Quote (RFQ) number is W9124R-07-T-1067 and incorporates provisio ns and clauses in effect through Federal Acquisition Circular (FAC) 2005-16 and Defense Federal Acquisition Regulations Supplement (DFARS), current to DCN 20070426. This acquisition is being solicited as a total small business set aside. The North America n Industry Classification System (NAICS) code is 334290 and the size standard is 750. The resultant contract will be firm-fixed price. It is anticipated that payment under this contract will be made via government VISA credit card. Offerors shall account for any costs associated with accepting credit card payment in their quote. Quotes are being solicited for the following items: Contract Line Item Number (CLIN) 0001-16 Each 30Hx25Wx25D Outdoor Enclosure, see minimum characterizes for details. Contrac t Line Item Number (CLIN) 0002-16 Each 16Hx25Wx25D Outdoor Battery Box Enclosure with Slide out Tray, see minimum characteristics for details. Contract Line Item Number (CLIN) 0003-16 Each Populated 4 Square 110V Outlet for Outdoor Enclosure, see minimu m characteristics for details. Contract Line Item Number (CLIN) 0004-16 Each 600W 110V Heater for Outdoor Enclosure, see attached minimum characteristics for details. Contract Line Item Number (CLIN) 0005-16 Each Insulation Installed in Outdoor Enclosure, see minimum characteristics for details. Contract Line Item Number (CLIN) 0006-16 Each Fluorescent Light for Outdoor Enclosure, see minimum characteristics for details. All offerors proposing an item shall demonstrate that the proposed item meets or exceed s all of the minimum characteristics specified. The minimum characteristics can be found on our web site at http://www.yuma.army.mil/contracting/ under the above referenced RFQ number. Award will be made to the responsive, responsible low priced offeror wh ose proposed product meets or exceeds the minimum characteristics provided within this notice. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial items (Sep 2006); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications-Commercial items (Nov 2006) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.af.mil/vffara.htm. FAR 52.212-4, Contract Terms and Conditions-Commercial items (Feb 2007); FAR 52.212-5, Contract terms a nd conditions required to Implement Status or Executive Order-Commercial items (May 2007); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Co nvict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (May 2007); FAR 52.222-35, Equal Opportunity for Specia l Disabled Veterans, Veteran of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.232-36 Payment b y Third Party (May 1999). The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense acquisitions of Commercial Items (Apr 2007). Specif ic clauses cited in DFARS 52.212-7001 that are applicable to this acquisition are: DFARS 252.225-7036 Buy American Act-North American Free trade Agreement Implementation Act-Balance of Payments Program (Mar 2007). An addendum is incorporated into the soli citation to include FAR and DFARS clauses as follows: FAR 52.247-34, F.O.B. Destination (Nov 1991) and DFARS 252.204-7004 Required Central Contractor Registration (Nov 2003). Any technical questions concerning this requirement shall be sent to the point o f contact below on or before 11:00 a.m. MST, May 17, 2007. All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Samuel Colton), 301 C. Street, Yuma, AZ 85365-9498. Offers being submitted v ia any other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM, Building 2100, Room 8, Yuma, AZ 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E -mail to the point of contact below. E-mail submission is preferred. All offers must be received in the Contracting Office no later than 11:00 a.m. MST, May 31, 2007, regardless of method of submission. As a minimum offerors shall include with their si gned proposal the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsimile number and e-mail address, (4) Be registered in ORCA or submit a completed copy of both FAR 52.212-3 Representations an d Certifications Alt I, (5) price (both unit price and total price) to include any applicable freight, (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the government to evaluate conformance with the technical r equirements, and (8) a statement indicating that Government VISA credit card will be acceptable as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from con sideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to point of contact below for notification of any amendments. See Note 22 with the exception that the time period for the receipt of proposals for consideration is 24 days instead of 45 days.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01289008-W 20070509/070507221432 (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.