Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

41 -- Environmental Control Units

Notice Date
5/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W9124B-08-C-0706
 
Response Due
5/7/2008
 
Point of Contact
CPT Gene Porter, 760-380-3852
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/ SOLICITATION REQUEST FOR QUOTES (SUPPLIES and SERVICES) 2 May 2008 Solicitation number: W9124B-08-C-0706 (Evironmental Control Units) Purchase Request #: SAF (52.232-18) Subject to the Availability of Funds NTC Rotation 08-07 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 NAICS Code is 532490, The SIC code is 7359, Equipment Leasing and Rental, Not Elswhere Classified. The FSC is W041, Request For Quote Issued (RFQ): 2 May 08 Request For Quote Close (RFQ): 7 May 12:00 PM (PST) Request For Quote Received: _______________ Contracting Officer: CPT Porter, CPT Garris Email: etp.cco1@gmail.com Phone #: (760) -380-3852; 910-578-1861 Cell Fax: (760)-380-3693 NOTICE OF SET ASIDE: This acquisition is unrestricted. EVALUATION CRITERIA FOR THIS ACQUISITION: Price Alone: Price and Delivery: XX Price and Other: REQUIREMENT (If additional space is needed to list specifications, please attach separate document) The following supply or service is required to support 2-1 ID NTC Rotation 08-07 at Fort Irwin, CA. Quantities are estimates and my vary by 20% more or less. In the event that one contractor cannot meet the full requirement, multiple awards will be executed. PERFORMANCE. A. PROVIDE Environmental Control (Heating and Cooling) The government contemplates issuance of a Firm Fixed Price Contract for Rental of Environmental Conditioning Units with Generators, sufficient to cool or warm 7,200 sq ft Tents (aka Living and Mess Tents) and 600 sq ft Tents (aka TOC Tents) while maintaining at least 74 degree temperature or lower. Request the Vendor to provide the exact quantity of ACUs and Generators needed to meet the requirement for 88ea 7200 sq ft Tents and 59ea 600 sq ft Tents. Prices shall include delivery, set-up, relocation (if required), and removal of ACUs and Generators and all related equipment on the last POP day. Equipment shall be delivered to the place of performance for inspection and accountability. Contractor shall start set up when necessary to ensure set up is complete and equipment serviceable and ready for use on the first POP day. Contractor shall provide repair and / or replacement services for the leased equipment within 24 hours. Any repairs or replacements for the leased equipment not serviced within 24 hrs, will not be charged to the U.S. Government. Please note, due to the nature of the training exercises conducted, the POP dates may shift slightly. In the event this happens, the Contracting Officer will notify Contractor within 12 - 24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early. FOB: Destination LOCATION. The locations outlined below indicate the POP and number of each type of tent required to be cooled or heated. CLIN 1 Yermo 7200 sq ft Tents 2 ea 12MAY08 19MAY08 600 sq ft Tents 1 ea CLIN 2 FOB Miami (NV589054) 7200 sq ft Tents 11 ea15MAY08 7JUN08 600 sq ft Tents 12 ea CLIN 3 FOB Warrior (NV302015) 7200 sq ft Tents 32 ea16MAY08- 22MAY08 600 sq ft Tents CLIN 4 FOB Warrior (NV302015) 7200 sq ft Tents 32 ea 7JUN08- 17JUN08 600 sq ft Tents CLIN 5 FOB King (NV354141) 7200 sq ft Tents 12 ea23MAY08- 7JUN08 600 sq ft Tents 20 ea 23MAY08- 7JUN08 CLIN 6 JSS Al-Sharq (NV 571162) 600 sq ft Tents 2 ea23MAY08- 7JUN08 CLIN 7 JSS Al-Jaaf (NV 216193) 600 sq ft Tents 1 ea23MAY08- 7JUN08 CLIN 8 COP Medina Wassle (NV 368117) 7200 sq ft Tents 1 ea 23MAY08- 7JUN08 600 sq ft Tents 2 ea 23MAY08- 7JUN08 CLIN 9 JSS MAA (NV 543011) 600 sq ft Tents 2 ea23MAY08- 7JUN08 CLIN 10 FOB Denver (NV449112) 7200 sq ft Tents 7 ea 23MAY08- 7JUN08 600 sq ft Tents 8 ea 23MAY08- 7JUN08 CLIN 11 FOB Seattle (NV238200) 7200 sq ft Tents 6 ea23MAY08- 7JUN08 600 sq ft Tents 2 ea 23MAY08- 7JUN08 CLIN 12 FOB Dallas (NV470983) 7200 sq ft Tents 12 ea23MAY08- 7JUN08 600 sq ft Tents 6 ea 23MAY08- 7JUN08 CLIN 13 COB Abar Layla (NU353970) 7200 sq ft Tents 1 ea23MAY08- 7JUN08 600 sq ft Tents 3 ea NOTIFICATION/RESPONSE The project manager will be accessible by regular or cellular phone twenty-four (24) hours every day. CONTRACTING OFFICERS REPRESENTATIVE AND THEIR AUTHORITY. 1. The Contracting Officer may designate individual(s) to act as the Contracting Officers Representative(s) (COR) under this contract. Such designations will be made by letter from the Contracting Officer with an information copy furnished the Contractor. The COR staff will represent the Contracting Officer in the administration of the contract but will not be authorized to change any of the terms and conditions of the contract. 2. No oral statements of any person, whomsoever, will in any manner or degree modify or otherwise affect the terms of this contract. The Contracting Officer shall be the only person authorized to approve changes in any of the requirements under this contract, notwithstanding any provisions contained elsewhere in this contract, and said authority shall remain solely with the Contracting Officer. CORs shall be limited to the authority specified in their letter of appointment. 3. The COR may appoint a Technical Monitor as an assistant. The Technical Monitor is responsible for evaluating and reporting on contractor performance. VENDOR INFORMATION Vendor Name: Phone: Fax: Email Address Delivery Time: Discount Terms: Cage Code: Tax ID No: TERMS AND CONDITIONS The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular and Regulations. Final award will incorporate the following clauses. By Reference: 52.204-9 -- Personal Identity Verification of Contractor Personnel. 52.212-4 -- Contract Terms and Conditions -- Commercial Items. 52.246-2 -- Inspection of Supplies -- Fixed-Price. 252.204-7004 Alternate A, Central Contractor Registration. Full Text: 52.000-4000 52.000-4005 (If paying with GPC Payment Card) 52.212-5 52.217-6 52.217-7 (If option is included as a separately price CLIN) 52.217-9 52.243-1 52.247-27 52.252-2 252.212-7001 252.232.7003 (For Payment by DFAS) 252.246-7000 PAYMENT: 52.000-4047 GENERAL PAYMENT INFORMATION 1. ACCEPTANCE OF GOVERNMENT COMMERCIAL CREDIT CARD Payment by Credit Card, establishes use of a Government Commercial Credit Card as another means for payment of services/supplies ordered against a requirements contract. Bidders/offerors are requested to indicate (by placing a check mark at the beginning of the following paragraphs) whether they will accept the credit card as a method of payment when used by the ordering agencies. (a) [?????] I will accept the Government commercial credit card, and offer the following discount for this requirement placed using the credit card: ?????% (b) [?????] I will accept the Government commercial credit card, but elect not to offer any discount for this requirement using the credit card. (c) [?????] I elect not to accept the Government commercial credit card for payment for services/supplies issued against this requirement. (NOTE: Discounts offered in connection with the credit card will not be used in the evaluation of the offer.) 2. PAYMENT BY GOVERNMENT COMMERCIAL CREDIT CARD (a) The Government Commercial Credit Card means the uniquely numbered credit card issued by the contractor, currently U. S. Bank, to named individual Government employees to pay for official Government purchases. (b) The Government may use the credit card to pay for oral or written delivery orders. Oral delivery order means an order placed orally either in person or by telephone, which is paid for by Government Commercial Credit Card. (c) The Contractor, to which this contract is awarded, shall not process a transaction for payment through the credit card clearinghouse until the purchased supplies have been shipped, received and inspected, if required, or services performed and inspected. Unless the cardholder requests correction or replacement of a defective or faulty item in accordance with other contract requirements, the contractor shall immediately credit a cardholder's account for items returned as defective or faulty. (d) If the Contractor has chosen to accept the Government credit card for payment, payment will be made by Government payment card. After receipt of an original and three (3) copies of the Contractor's invoice and verification of receipt/acceptance of supplies or services, Contractor will be contacted by the Acquisition Contracting Office, Fort Irwin. If the Contractor has evidence of receipt by the Government and has properly invoiced the Government, but has not been contacted within a reasonable time from date of submission of the invoice, please contact the Donna Proctor at phone number (760) 380-3853 or FAX numbers (760) 380-5013 to make arrangements for payment. Acceptance of payment by credit card renders inapplicable the clause at FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. 3. ELECTRONIC FUNDS TRANSFER (EFT) PAYMENT If Contractor has chosen NOT to accept the Government credit card for payment, payment will be accomplished by electronic funds transfer, in accordance with FAR 52.232-33, the Contractor shall render original invoice and three (3) copies to the address contained in the Payment Will Be Made by Block on Page 1 of the order/contract. 4. MINIMUM INVOICE REQUIREMENTS FAR 52.232-25, Prompt Payment Act, requires the following information, as a minimum, for an invoice to be considered acceptable. (i) Name and address of the Contractor. (ii) Invoice date. (The Contractor is encouraged to date invoices as close as possible to the date of the mailing or transmission.) (iii) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (iv) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (v) Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. If freight/shipping costs have been separately proposed and appear as a separate line item on this order or contract, only one (1) payment can be made against that line item. Multiple payments against this line item will not be made. Therefore, such charges shall be consolidated and billed in one consolidated invoice. The invoice shall include supporting documentation for the total amounts billed. (vi) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (vii) Name (where practicable), title, phone number, and mailing address of person to be notified in the event of a defective invoice. (viii) Any other information or documentation required by the contract (such as evidence of shipment). (ix) While not required, the Contractor is strongly encouraged to assign an identification number to each invoice. 5. PAYMENT PROBLEMS If payment problems persist after contacting the appropriate number above, you may contact your contract administrator at etp.cco1@gmail.com Additional Information Any company that believes it can demonstrate the ability to comply with the stated requirements listed above, they must comply with the following: Offeror must indicate the maximum time required to effect delivery. Prices quoted shall be F.O.B. Destination prices. Service will be performed at Fort Irwin, CA. The Government contemplates award of a Firm Fixed Price award resulting from this solicitation. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; Paragraphs (b)(10), (d), (e) and (h) are deleted. FAR Provision 52.212-2, The Government intends to make a single award to the lowest responsive, responsible offeror whose quotation conforms to the solicitation and is most advantageous to the government considering price and delivery. Offerors shall include a completed copy of the provision at FAR 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items, with their quotations. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition with the following clauses checked as applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-14, Limitations on Subcontracting; 52.222-21, Notice to the Government of Labor Disputes; 52.222-26, Equal Opportunity; 52.222-35, Equal opportunity for special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-36, Affirmative Action for workers with disabilities; 52.222-37, Employment reports on special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-1 5, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer of Other than Central Contractor Registration and 52.214-21, Descriptive Literature. DFARS Clause 252.212-7001, Contract Terms and Conditions to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition and is incorporated in full text with the following clauses checked as applicable: 252.225-7036, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; 252.243-7002, Requests for Equitable Adjustment. Offers are due no later than 12:00 P.M. PST, May 07, 2008. Anticipated award is to follow. All responsible concerns may submit an offer which will be considered by the agency. Submit quotes via facsimile to (760)380-3693 and/or email to etp.cco1@gmail.com. Contact CPT Gene Porter at 760-380-3852 Contingency Contracting Officer NTC Rotation 08-07.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eaae64ba75fafdf2b429019f7602bc71&tab=core&_cview=1)
 
Place of Performance
Address: NTC Rotation 08-07 National Training Center Ft. Irwin CA
Zip Code: 92310
 
Record
SN01565388-W 20080504/080502215157-eaae64ba75fafdf2b429019f7602bc71 (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.