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

80 -- GYM FLOORS

Notice Date
5/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
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-1068
 
Response Due
5/24/2007
 
Archive Date
7/23/2007
 
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 United States Army Yuma Proving Ground (USAYPG), AZ has a requirement for a facility upgrade. The Request for Quote (RFQ) number is W9124R-07-T-1068 and incorporates provisions and cl auses 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 American Indust ry Classification (NAICS) code is 238330 and the size standard is $13.0 million. 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: Contract Line Item Number (CLIN) 0001-1EA Resurface Gym Floor, Flooring shall be a pour in place, synthetic flooring system to meet Design : General Building Requirements (UFC 4-740-02). Color shall be like and kind. Game lines shall include Mens basketball, volleyball and cross-court. Color shall be like and kind. Contract Line Item Number (CLIN) 0002-1EA Install New Floor System for New Gym, Flooring shall be a pour in place, synthetic flooring system to meet Design: General Building Requirements (UFC 4-740-02). Color shall be submitted for approval. The floor plans can be found on our web site at http://www.yuma.army.mil/contracting/ und er the above referenced RFQ number. Award will be made to the responsive, responsible low priced offeror. 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. Cop ies 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, Contr act terms and conditions required to Implement Status or Executive Order-Commercial items (Mar 2007); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Se p 2006), with Alternate I (Oct 1995); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005); FAR 52.219-6, Notice of Total Small Business Aside (June 2003); FAR 52.219-8, Utilization of Small Business Concerns ( May 2004); FAR 52.219-9, Small Business Subcontracting Plan (Sep 2006); FAR 52.219-14, Limitations on Subcontracting (Dec 1996); FAR 52.222-3 Convict 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 (Mar 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.222-36, Affirmat ive 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 by Third Party (May 1999). The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract T erms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense acquisitions of Commercial Items (Apr 2007). Specific clauses cited in DFARS 52.212-7001 that are applicable to this acquisition are: FAR 52.203-3, Gratuities (Apr 1984); DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); DFARS 252.225-7036, Buy American ActFree Trade AgreementsBalance of Payments Program (Mar 2007); DFARS 252.225-7012, Preference for Certain Domestic Commodi ties (Jan 2007); DFARS 252.225-7014, Preference for Domestic Specialty Metals (Jun 2005); DFARS 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (Jun 2005); DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic E nterprises, and Native Hawaiian Small Business Concerns (Sep 2004); DFARS 252.227-7015, Technical DataCommercial Items (Nov 1995); DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998) and DFARS 252.247-7023, Transportation of Supplies by Sea ( May 2002). An addendum is incorporated into the solicitation 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). A site visit has been schedu le for 8:00 a.m. MST, May 14, 2007. Any technical questions concerning this requirement shall be sent to the point of 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 via any other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFC A-SR-YM (Samuel Colton), 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 Offic e no later than 11:00 a.m. MST, May 24, 2007, regardless of method of submission. As a minimum offerors shall include with their signed proposal the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone a nd facsimile number and e-mail address, (4) Be registered in ORCA or submit a completed copy of both FAR 52.212-3 Representations and 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 requirements, and (8) a statement indicating that Government VISA credit card will be acceptable as the method of payment. O ffers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to the 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 16 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
SN01290834-W 20070511/070509221703 (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.