Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2007 FBO #1992
SOLICITATION NOTICE

37 -- 40 Foot Storage Container with Modifications

Notice Date
5/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0030
 
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 the purchase of a commercial item, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only s olicitation to be made. Request for Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0030 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070426. This requirement is Small Business Set Aside with a NAICS Code of 332312 and a corresponding size standard of 500 employees. The description of the requested comme rcial item is for 4 Each Standard Steel Container (Either New or Refurbished). 40 Foot Container with the following Salient Characteristics. Exterior, Length: 40; Interior, Length 39 5; Exterior, Width: 8; Internal, Width 7' 8; External, Height 8 6 ; Internal, Height 7 9 7/8; Rear Doors Sealed (Welded Shut); Entire Container: Wind, Water, and Weather Tight; Painted with no external markings or signs; Preferred Color: Green; Partitioned lengthwise into 4 Equal Spaces with solid Wall between each p artition; Roll-up Doorways Centered on each partitioned space; Doorway Width: Min. 6; Doorway Height min 7; Each Partition Door shall be Lockable using Security Padlock; Special Requirements: Removal of Data Plate and All Container Numbers. All Exposed areas by this removal shall be painted to match exterior paint. Standard Commercial Warranty is required. Fob Destination to DOL-CENTRAL RECEIVING POINT, FORT LEWIS WA 98433-9500 Contractor shall provide with Quotes, Manufacturer, Place of Manufacture, Country of Origin, Delivery time ARO, and Freight Method. Acceptance & Inspection will be at destination.. The selection resulting from this Request for Quotes shall be made on the basis of the lowest priced, technically acceptable Quotes from a respon sible offeror with acceptable or neutral past performance. Once the Contracting Officer has decided to whom an order will be issued, a bilateral order requiring the quoter's signature will be issued. A contract will be in existence once both the quoter a nd the Contracting Officer have signed the order. Past performance will be evaluated using a provided Past Performance. Past performance information is requested with provided quotes. A Past Performance Questionnier shall be sent to listed awards and Poi nts of Contract. The Government may also obtain past performance information from other sources. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragrap hs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding t erm to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.lewis.army.mil/doc. IAW AFARS 5101.602-2: Funds are not presently available f or this acquisition. No purchase order will be issued until appropriated funds are made available. Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, l ocal clause-52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicl e access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered pr oper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its LT I, Offeror Representation s and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not i nclude any addenda. FAR clause 52.212-5 and DFAR Clause 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. The following clauses within DFARS 252.212-7001 are applicable to this acquisiti on: within (a): 52.203-3; within (b): 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS clause 252.232-7010 is applicable. DFARS Provision 252.209-7001 is applicable. The complete text of the Fe deral Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far. Quotes are due on 31 May, 2007 at 4:30:00 PM. Pacific Daylig ht Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Max D Putnam, Contract Specialist, max .d.putnam@us.army.mil, 253-966-0175. Quoters must be registered in the Central Contractor Registration database at http://www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Con tracting Office web site at http://www.lewis.army.mil/doc- and at Federal Business Opportunities at http://www.fedbizops.gov. . No numbered notes apply to this combined synopsis/solicitation. Multiple offers may be made but must be submitted separately a nd marked so. Differences from Salient Characteristics shall be clearly noted.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01290819-W 20070511/070509221652 (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.