Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

54 -- Modular Laboratory Facilities

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-07-T-0074
 
Response Due
8/15/2007
 
Archive Date
10/14/2007
 
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. This is a combined synopsis and solicitation for the following commercial items: CLIN 0001: (1 EACH) Purchase, delivery, and installation of modular laboratories for U.S. Army Dugway Pro ving Ground (DPG), Utah. Specifications for the modular laboratories will be available on the Army Single Face to Industry web site. CLIN 0001: 2 EACH Modular Biological Training Laboratories; CLIN 0002: 2 EACH Modular Chemical Training Laboratories; CL IN 0003: 3 EACH Target Training Laboraties; and CLIN 0004: 1 EACH Personnel Reporting System requirement per the local clause. Prices must include shipping cost to the installation location specified in the modular specifications (FOB: Destination). Thi s solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ W911S6-07-T-0074 for a firm-fixed priced amount. NOTE: This requirement is subject to the availability of funding in accordance with FAR 52.232-18. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This solicitation is set-aside for small business concerns. North American Industrial Classification Standard 332311 applies to this pr ocurement. Size standard is 500 employees. The following provisions and clause apply to this acquisition: The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this solicitation. FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. FAR 52.212-4; Contract Terms and Conditions  Commercial Items applies to this solicitation. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6, Notice of Total Small Business Set-Aside (15 U.S.C. 644); 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126 ); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Acti on for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201); 52.225-13, Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); 52.232-33, Payment by Electronic Funds Transfer--Centra l Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.); and 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). DFARS 252.212-7000 Offero r Representations and Certifications  Commercial Items and DFARS 252.225-7020 Trade Agreements Certificate applies to this solicitation. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders App licable to Defense Acquisitions of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitatio n: 52.203-3, Gratuities (10 U.S.C. 2207); 252.205-7000, Provision of Information to Cooperative Agreement Holders (10 U.S.C. 2416); 252.225-7012, Preference for Certain Domestic Commodities (10 U.S.C. 2533a); 252.225-7014, Preference for Domestic Specialt y Metals (10 U.S.C. 2533a); 252.225-7021, Trade Agreements (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); 252.227-7015, Technical Data--Commercial Items (10 U.S.C. 2320); 252.227-7037, Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321); 252.232-7003, Electronic Submission of Payment Requests (10 U.S.C. 2227); 252.243-7002, Requests for Equitable Adjustment (10 U.S.C. 2410); 252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2631); and 252.247-7024, Notification of Transportation o f Supplies by Sea (10 U.S.C. 2631). FAR 52.204-7 Central Contractor Registration; FAR 52.232-18 Availability of Funds; FAR 52.247-34 F.O.B. Destination; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7010 Le vies on Contract Payments; and DFARS 252.211-7003 Item Identification and Valuation apply to this solicitation. Army Contracting Agency Executive Level Agency Protest Program applies to this solicitation. The following local clauses appy to this solicitat ion: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Contractor Access to DPG; Installation Security Requirement; Safety and Accident Prevention; Government-Contractor Relationships; Department of Army Personn el Reporting System; Notice of Wage Determination (wage determination 2005-2531 Revision 3 applies to this solicitation); OSHA Standards; and Identification of Contractor Employees. All quotes must be emailed to Mr. Eric S. Vokt at eric.s.vokt@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. Eric Vokt at eric.s.vokt@us.army.mil. Quotes are due no later than 5:00 PM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), Wednesda y, August 15, 2007.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01352088-W 20070727/070725221806 (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.