Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2009 FBO #2607
SOLICITATION NOTICE

54 -- Portable Stage

Notice Date
1/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K3D-8323-0800
 
Response Due
1/27/2009
 
Archive Date
3/28/2009
 
Point of Contact
Diane Johnson, 801-432-4094<br />
 
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. Solicitation W67K3D-8323-0800 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. This solicitation is issued as 100% Small Business Set-Aside. The North American Industry Classifications System Code (NAICS) is 337215. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase one (1) each rectangular complete portable stage package. Package will consist of the following items: 1. Staging platform units for a minimum size of 28 long x 16 deep x 16 to 24 high. Frame will be constructed with heavy-duty 16-gauge steel and the adjustable legs will be constructed with 14-gauge steel. Platform will be carpeted with a tan color; 2. Side and rear guardrails to surround platform; 3. Two sets of stairs to include guardrails; 4. Box pleat stage skirting - color black; 5. Caddies for transportation and storage. Specifications are comparable with Midwest Folding Products MWF-TCS162824RC. If bidding on an equal-to brand, please supply brochure with specifications to determine product quality. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52.211-6 Brand Name or Equal; (3) FAR 52.212-1 Instructions to Offerors Commercial Items; (4) FAR 52.212-2 Evaluation Commercial Items; (5) FAR 52.212-3 Offeror Representations and Certifications Commercial Items, with Alternate I; (6) FAR 52.212-4 Contract Terms and Conditions Commercial Items; (7) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-6, Notice of Total Small Business Set-Aside; (b) FAR 52.219-28, Post-Award Small Business Program Representation; (c) FAR 52.222-3 Convict Labor; (d) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; (e) FAR 52.222-21 Prohibition of Segregated Facilities; (f) FAR 52.222-26 Equal Opportunity; (d) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (g) FAR 52.222-50 Combating Trafficking in Persons; (h) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (i) FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (j) FAR 52.233-3 Protest After Award; (k) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (8) FAR 52.252-2 Clauses Incorporated by Reference; (9) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (10) DFARS 252.211-7003, Item Identification and Valuation; (11) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.232-7003 Electronic Submission of Payment Requests; (b) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea; (12) DFARS 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality product that meets the Governments needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Offerors requesting a detailed copy of the Statement of Work shall email the Contracting Officer directly at diane.n.johnson@us.army.mil. Quotes shall be received NLT 4:30 P.M. MST on January 27, 2009 and shall be sent via e-mail to Diane Johnson at address listed above. Questions regarding this solicitation shall be in writing and shall also be sent via e-mail. No telephone calls will be accepted or returned.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=afdab96fe01e074f350ea64c72641137&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT<br />
Zip Code: 84020-2000<br />
 
Record
SN01731454-W 20090115/090113215356-afdab96fe01e074f350ea64c72641137 (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.