Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

65 -- SOUND BOOTH

Notice Date
4/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA Special Services, Department of Veterans Affairs, Department of Veterans Affairs;Special Services;1432 SultanDrive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
V5655-0016
 
Response Due
6/5/2008
 
Point of Contact
Faranda ThomasPurchasing Specialist301-619-7098
 
Description
This is a combined synopsis/solicitation for commercial itemsprepared in accordance with (IAW) the format in FAR Subpart 12.6, assupplemented with additional information included in this notice. Thisannouncement constitutes the only solicitation; quotes are beingrequested and a written solicitation will not be issued. Thissolicitation RFQ-V5655-0016. is issued as a request for quote (RFQ).This solicitation document and incorporated provisions and clauses arethose in effect through Federal Acquisition Circular (FAC) 2005-24.Only written requests received directly from the requester areacceptable. If requesting by FAX, you may send your request to301-619-3613, ATTN: Faranda Thomas. The North American IndustryClassification System (NAICS) number is 332311 and the business sizestandard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACHREQUEST. Service disabled veterans and veteran owned small businessesare encouraged to submit offers. The proposed contract listed here isunrestricted. This requirement is manufactured by Eckel Industries ofCanada Limited. Listed below are the required line items for thissolicitation: 0001SINGLE WALL CONTROL/DOUBLE WALL EXAM SUITE, MODEL S-122 REV OUTSIDE DIMENSIONS: 16'8" x 9'0" x 8'5" HIGHCONTROL ROOM: 6'0" x 7'4" x 7'9" HIGHTWO JACK PANELS EXAM ROOM: 6'4" x 6'0" x 6'6" HIGH MFR: ECKEL or EQUALMFR P/N: S-122 1EA__________________ This requirement is Brand Name or Equal products only, FOB destinationdelivery date of 5 Jun 2008 to ATTN: (TMO) MARK FOR EXPORT; 505 AtlanticStreet; Dover AFB, DE 19902. Offerors must comply with all instructionscontained in provision 52.212-1, Instructions to Offerors-Commercial,applies to this acquisition. The following additional provisions andclauses apply: 52.212-2, Evaluation-Commercial Item, the Government willaward a contract resulting from this solicitation to the responsibleofferors whose offer conforming to the solicitation will be mostadvantageous to the government, price and other factors considered. Thefollowing factors shall be used to evaluate offers: 1) Technicallyacceptable; and 2) Price. Technically acceptable is more important thanprice. Technically acceptable will be evaluated based on the functionand operation of the item. To be technically acceptable the item shallmeet the Government's specifications. Offerors shall submit descriptiveliterature, product samples, technical features, and warrantyprovisions. Price will be evaluated to determine its fairness,completeness, and reasonableness as it relates to the items offered.Priority for Contracting Preferences: Pursuant to 38 U.S.C. 8127(i),set-aside preferences for awarding contracts to small business concernsshall be applied in the following order of priority: (1) SDVOSB; (2)VOSB; (3) Contracts awarded pursuant to: (a) Section 8(a) of the SmallBusiness Act (15 U.S.C. 637(a)); or (b) Section 31 of such SmallBusiness Act (15 U.S.C. 657a) (HUBZone); and (4) Contracts awardedpursuant to any other small business contracting preference. 52.212-3,Offeror Representations and Certifications-Commercial Items, a completedcopy of this provision shall be submitted with the offer. 52.212-4,Contract Terms and Conditions-Commercial Items. 52.212-5, ContractTerms and Conditions Required to Implement Statutes or ExecutiveOrders-Commercial Items, to include clauses: 15, 16, 17, 18, 19, 21,24, 29 (ii), 37. The following additional clauses apply: CCR Clause:Attention: You must be registered in CCR to be considered for award. FAR52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offerorshall provide its DUNS or, if applicable, it's DUNS+4 number with itsoffer, which will be used by the contracting officer to verify that theofferor is registered in the CCR database. (C) Lack of registration inthe CCR database will make an offeror ineligible for award. Offerorsand contractors may obtain information on registration and annualconfirmation requirements by calling 1-888-227-2423 or 269-961-5757, orvia the Internet at http://www.ccr.gov. 52.228-5, Insurance -Work on aGovernment Installation; 52.242-17, Government Delay of Work;Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb1998). This contract incorporates one or more clauses by reference, withthe same force and effect as if they were given in full text. VAAR852.219-70, Veteran-owned Small Business; 852.270-4, CommercialAdvertising; 852.273-70, Late Offer. Full text clauses are available athttp://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Programrequires that any contractor receiving a contract from the FederalGovernment in the amount of $25,000 or more, or any subcontractorreceiving a contract in the amount of $25,000 or more from such acovered contractor must file a VETS-100 Report on an annual basis.**Please ensure that this report has been filled out. To register, goto http://vets100.cudenver.edu/. Offers are to be received at theVeterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, FtDetrick MD 21702, ATTN: Faranda Thomas, no later than 4:00 P.M.eastern daylight time on 5 May 2008. Contact Faranda Thomas, AssociateContract Specialist/YRC I Contractor, at 301-619-7098 or FAX301-619-3613. Kathryn Leatherman, Contracting Officer 301-619-6653.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4cc5786c03faad606e951a4ed892997f&tab=core&_cview=1)
 
Place of Performance
Address: 505 ATLANTIC STREET;DOVER AFB, DE
Zip Code: 19901
 
Record
SN01558204-W 20080423/080421215625-c9fbb22e9a6aa3091e4384af2757d632 (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.