Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

99 -- Dumpsters

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SAT070121
 
Response Due
9/11/2007
 
Archive Date
11/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION to furnish Dumpsters as provided in the CLIN listed below with delivery to Fort McCoy, WI. This award will be made on all or none basis. This combined synopsis/solicitation is prepared in accordance with the S implified Acquisition Procedures in FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation W ILL NOT be issued. This solicitation is issued as a request for quotations (RFQ) under W911SA-07-T-0121. This request for quotations and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This action is se t aside for small business; the NAICS code and applicable size standard is 332439 and 500 employees. A fixed price contract is anticipated. Prices submitted are to be FOB Destination . CLIN 0001: 30 EA @ _________=_________ Dumpsters (or equal): Heavy du ty front load; minimum 6 cubic yard capacity; side doors (side doors to be 30in by 30in with sliding cover. opening to be located to the front of dumpster to allow automatic side door closure when truck sifts dumpster to empty); maximum height of 70 inche s; maximum width of 71 inches; maximum depth of 66 inches; flat top with split cover lid; floors  minimum 10 gauge steel; walls  minimum 12 gauge steel; front, rear, side top rails, lift pockets and blunderpuss  minimum 10 gauge steel; drain plug and pl ug to be located at rear side of panel; dumpsters to be primed and painted brown; to request drawing; email catherine.gierke@us.army.mil or fax 608-388-7080; attn: Catherine Gierke. Delivery  dumpsters are to be delivered to Attn: Roads and Grounds Super visor, Building 1152, South 10th Ave, Fort McCoy, WI 54656. Quote pricing FOB Ft McCoy, WI. The full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mil/, http://www.arnet. gov/far, and http://aca.saalt.army.mil/Community/policies.htm. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 5 2.219-6, Notice of Total Small Business Set-Aside; 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 H andicapped Workers; 52.225-1, Buy American Act  Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 252.212-7001; Contract Terms and Conditions Requi red to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b); 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying C ountry Sources as Subcontractors; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7023, Transportation of Supplies by Sea (Alt III). ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program (Nov 2005). In accordance w ith FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors business name, complete mailing and remi ttance addresses, unit and extended price per CLIN, discount terms, technical information displaying features of proposed equal for comparison to suggested product, DUNS number, and Tax Identification Number. PROSPECTIVE CONTRACTORS SHALL ALSO complete el ectronic annual representations and certifications at http://ocra.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and acti ve in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DUNS number is required for CCR registration. If your company does not have DUNS #, obtain one by calling 800-333-0505. QUOTES MAY BE SUBMITTED by mail, Email, or fax. If you have questions, contact Catherine Gierke, Contract Specialist, catherine.gierke@us.army.mil, fax 608-388-7080. Telephonic requ ests for information are discouraged. Quotes must be received at ACA Contracting, 2103 S. 8th Ave, Fort McCoy, WI 54656-5151, no later than 11 September 2007, 4:00 PM CST.
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01392365-W 20070902/070831221913 (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.