Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

54 -- Request for Quote - Mobile Climatic Chamber

Notice Date
8/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-08-T-1085
 
Response Due
9/8/2008
 
Archive Date
11/7/2008
 
Point of Contact
Edgar Angulo, (928)328-6172<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Combination Synopsis/Solicitation Solicitation Number: W9124R-08-T-1085 Response Date: 08 September 2008, 12:00 PM MST Technical Questions: 02 September 2008, 12:00 PM MST This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12.6 and Part 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the simplified acquisition procedures as a requirements contract per FAR 52.216-21, Requirements (Oct 1995). The contract duration will be for 3 years from date of award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 dated 12 June 2008 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20080812. The North American Industry Classification System (NAICS) is 332311. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of Contract Line Item Numbers (CLIN), CLIN 0001, Estimated Quantity: 14, Unit of Issue: Each, Description: Mobile Climatic Chambers. Specifications, drawings of the mobile climatic chambers and technical criteria can be found on our website at http://www.yuma.army.mil/contracting/index.html. The contract award will be a firm-fixed price requirements contract. Vendors shall submit technical specifications and conceptual drawings of a chamber. Proposal will be evaluated in accordance with specified technical criteria posted on our website. All proposals shall be clearly marked with RFQ number W9124R-08-T-1085 and emailed to the POC listed below or faxed to 928-328-6849 no later than Noon MST, 08 September 2008. The deadline for technical questions is Noon MST, 02 September 2008. A site visit will be held on 28 August 2008. You must notify Edgar Angulo if you will be attending via email or fax at (928) 328-6849 to in order to receive visitor request instructions. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. The Government reserves the right to award to other than the lowest offerer. Technical and past performance are significantly more important than price. Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, 3) Point of Contact (Name) with Phone Number and Email Address and 4) Brief Synopsis of project to include price. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jun 2008). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Jun 2008) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (June 2005). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007). FAR 52.247-34 FOB Destination (Nov 1991), 52.203-3 Gratuities (Apr 1984), 52.216-1 Type of Contract (Apr 1984); firm-fixed price requirements contract, FAR 52.216-18 Ordering (Oct 1995), paragraph (a) is completed as follows: from date of award to 3 years after date of award. FAR 52.216-19 Order Limitations (Oct 1995), paragraphs (a), (b), and (d) are completed as follows: Paragraph (a) Quantity less than 1 each. Paragraph (b)(1) Single Item Quantity more than 14 each, Paragraph (b)(2) Combination of Items Quantity more than 14 each, and Paragraph (b)(3) 30 days. Paragraph (d) within 10 days after issuance. 52.216-21 Requirements (Oct 1995), paragraph (f) is completed as follows: 90 days after contract expiration. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Sep 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-14, Limitations on Subcontracting (Apr 2008), 52.219-28 Post Award Small Business Program Representation (June 2007), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.222-50 Combating Trafficking in Persons (Aug 2007), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2006) applies to this Acquisition, and specifically 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991), 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.225-7012 Preference for Certain Domestic Commodities (Mar 2008), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004), 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), 252.243-7002 Request for Equitable Adjustment (Mar 2008), 252.247-7023 Transportation of Supplies by Sea (May 2002), 252.211-7003 Item Identification and Valuation (Aug 2008). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the POC listed below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4fadeb01853a3f03d498b3b813700e59&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01646229-W 20080822/080820222417-4fadeb01853a3f03d498b3b813700e59 (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.