SOLICITATION NOTICE
83 -- BASE-X TENTS AND Modular Command Post System (MCPS).
- Notice Date
- 11/22/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- R5704608RD001
- Response Due
- 12/5/2007
- Archive Date
- 1/5/2008
- Point of Contact
- FLORENCE MANTANONA 6713397205
- 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. Reference Number R5704608RCHD001 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-21 Effective 07 November 2007. SIC code: 2394, NAICS code: 314912. Set-Aside: UNRESTRICTED. A written proposal is requested to procure BASE-X TENTS AND Modular Command Post System (MCPS) for Seabee Battalion in Okinawa Japan. Prospective bidders are required to submit product descriptions for items being proposed. Base-X tents shall meet the following criteria: Aviation-spec aluminum tubing, Locking hubs and load-bearing ceiling points, cable tension members, shelters share interchangeable frame components, 11-ounce PVC coated polyester IAW MIL-PRF-44103D, Heat-sealed seams, Cover permanently attached to frame at factory, removable end panels and door boots , 6 ingress/egress doors standard on all 25' shelters, ECU and power support ports are standard, 7-ounce PVC coated white or black polyester, Integrated 11-ounce removable floor, Pre-installed electrical wiring, outlets, and air distribution plenum, Dual-layer construction provides a 12" thermal barrier. The required models are as follows: shelters 103, 303, 305, 307, Dome 6D31, Dome 8D36. Flooring, boot openings, end doors, wall dividers, rigid doors , mounting kits, cable and box distribution, trailer support shall be all-inclusive in the price proposal. MCPS requirements are as follows: TOC COC system, Briefing System, 16X8 Video Matrix and spare projectors. The TOC COC system must be Custom (3) 5.5? Screen System and shall include all assemblies inclu ding projectors with hanger, smart tables with cases, white boards, fo lding chairs with cases, repair kits, backup power, matrix switches, etc. The Briefing System must be designed for 300 series BaseX and shall included all assemblies, projectors, smart tables with cases, chairs with cases, power distribution wiring, RGB Quad View Processor, UPS/Battery back up, video matrix switches, etc. The contractor shall propose as specified in the Contract Line Item (CLIN) provided as attachment to this announcement. Delivery to destination, instruction manuals, assembly and onsite training at location specified by the government shall be included in the overall price. Price, Delivery Schedule and Product Description will be use as evaluation factors for award. The Government intends to make a Firm-Fixed Price single award contract. FOB: Destination. Deliver/Ship to Location: SUPPLY OFFICER, RESIDENT BATTALLION, BLDG. 8220, SEABEE CAMP SHIELDS, OKINAWA, JAPAN 9042143, POC: SK1 ANTHONY ALLEN. REQUIRED DELIVERY DATE: 02 JANUARY 2008 or 45 days AFT ER RECEIPT OF ORDER. All prospective bidders are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Bidders may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The following clauses are applicable by reference: FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions -- Commercial Items; FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, These clauses may be obtaine d via the Internet at FAR site: http://www.arnet.gov/far. All prospective bidders interested in submitting a proposal for this solicitation shall submit using Standard Form (SF) 1449 and shall include their name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Prospective offerors are encouraged to register in ORCA at http://orca.bpn.gov/. Be advised ALL QUESTIONS MUST be received no later than 29 November 2007 @ 4:00 PM Guam Time. Proposals must be received no later than the anticipated due date of 5 December 2007 @ 4:00noon Guam Time. Offers must be sent by fax or email only. For questions regarding the solicitation the POC is Florence Mantanona @ Fax: (671) 339-3234 / Email: n8155@guam.navy.mil.
- Record
- SN01457404-W 20071124/071122223230 (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 |