Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

54 -- Prefabricated Armory Vault

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-07-T-0093
 
Response Due
9/13/2007
 
Archive Date
11/12/2007
 
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 North American Industrial Classification System Code (NAICS) is 332999 and the size standard is 500 employees. This 100% set aside for small business. Any brand names or trade names used in the RFQ specifications are for the purpose of describing and establishing standards of quality and performance and characteristics desired. Such brand names or trade names are not intended to limit or restrict competition. Interested parties may submit a quote for products substantially equivalent to those specified unless the RFQ expressly provides that only a particular brand or product is acceptable. All proposed brand, or product, substitutions shall be subject to review and approval; full sp ecifications of substitutes are required to be submitted with the quotation. ............................................................................ The pricing must be quoted as follows: ........................................................................ CLIN.........Quantity.......Units........Unit Price.........Total Price 0001..............4...............Each...........$.................$............................................................................................... Contract Line Item (CLIN) 0001- 4 each- Prefabricated Armory Vault. Primary use is for weapons and sensitive items storage. Must meet all requirements of Army Regulation 190-11. Must be one solid unit and re-locatable. Specifications: 6-sided, completel y assembled, self contained, completely insulated, and weather resistant with no additional structure needed for weatherization; Dutch style door with a day gate and UL Standard 768, Group 1, Mechanical Combination Lock; Complete HVAC system including Heat , AC, and Humidity Control; Complete electrical system including interior lighting, exterior lighting, and interior outlets; Painted Interior; Physical dimensions: 25 foot 6 inches x 11 foot 4 inches x 9 foot 6 inches with a minimum of 211 square foot of i nterior vault space. The door must be located on dimension 11 foot 4 inches with the utility connection located to the right of the door on the exterior of the same wall. Must be delivered to Fort Drum, NY. ARMAG part number 306136114A Portable Armor y Vault 25 foot 6 inches x 11 foot 4 inches x 9 foot 6 inches, painted in desert tan, to include optional dehumidifier. This RFQ document incorporates Federal Acquisition Regulation (FAR) provisions and clauses current through Federal Acquisition Circular number 2005-20, Effective 06 Sep 2007. Interested parties can view and download all of the referenced provisions and cl auses at the following internet address: http://farsite.hill.af.mil/. The follow Clauses and Provisions apply to this acquisition: The FAR Provision at 52.252-1, Solicitation Provisions Incorporated by Reference and the FAR Clause 52.252-2, Clauses Inco rporated by Reference, apply to this acquisition. The FAR Clauses at 52.204-7 -- Central Contractor Registration(CCR), (interested parties are required to be registered in the CCR database which is located at the following internet address: http://www.bpn .gov.), the FAR Provisions 52.204-8 Annual Representation and Certification (interested parties are required to input their Representations and Certifications into the online representations and certifications application (ORCA) database which is located a t the following internet address: http://www.bpn.gov.), 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors, 52.212-2 - Evaluation-Commercial Items (the following factors shall be used to evaluate offers: 1. Ability of item specifications to meet or exceed the governments mi nimum needs, 2. Price); 52.212-3 Offeror Representations and Certifications. The FAR Clauses at 52.212-4, Contract Terms and conditions  Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commer cial Items. The following FAR Clauses cited within 52.212-5 are applicable to this acquisition: 52.203-6 Alt 1, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, and 52.232-33. The RFQ document also incorporates the Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses current to DCN 20070906 Edition. Interested parties can view and download all of the referenced provisions and clauses at the following internet address: http://farsite.hill.af.mil/. The DFAR Clause at 252.204-7004 Alt A Required Central Contractor Registration, DFAR Provision 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR Provision 252.21 2-7000 Offeror Representations and Certifications--Commercial Items, DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, and DFAR Clause 252.232-7010 Levies on Contract Payments app ly to this acquisition. The following Clauses cited within 252.212-7001 are applicable to this acquisition: 52.203-3, 252.225-7001, 252.225-7036, 252.232-7003, 252.243-7002, and 252.247-7023. All offers are due to Directorate of Contracting, BLDG T-45 West Street, Fort Drum, New York 13602 NLT 13-SEP-2007 at 1200 hours. The bidder must include the solicitation number on each page of the offers. Quotes may be supplied via fax at 315-772-8277 o r via e-mail at anthony.sligar@us.army.mil. Note: Completion of the CCR and ORCA are mandatory requirements for award, failure of interested parties to complete these requirements will be deemed to be non-responsive and thereby make them ineligible for award.
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN01401130-W 20070912/070910221218 (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.