Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

73 -- Fabricated Stainless Steel Dining Facility Equipment

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0271
 
Response Due
8/12/2009
 
Archive Date
10/11/2009
 
Point of Contact
Mary L. Hudson, 719-526-8449<br />
 
E-Mail Address
ACA, Fort Carson
(mary.l.hudson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. Fort Carson will be awarding a Firm-Fixed Price Contract. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-33 Effective on June 15, 2009. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation is set-aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industrial Classification System (NAICS) code for this procurement is 423440 with a small business size standard of 500 employees. In accordance with FAR 19.502-2(c), the Nonmanufacturer Rule, these items must be manufactured by a small business. This solicitation will end on 12 August 2009, at 12:00 p.m. Mountain Daylight Time. Quotes shall reference solicitation # W911RZ-09-T-0271 and shall include pricing as follows: Delivery and Installation Completed By: 30 September 2009 CLIN 0001: Stainless Steel Serving Counter Quantity: 1 Each Delivery & Installation Completed By 30 September 2009 Fabricated serving counter, length is 240, width 42, height 33.5, with 12 16 gauge stainless steel tray slide and 2 under counter shelves with 2 doors. Wall side of counter will require 6, 2 holes for electrical wiring. 2 holes will be made along the long edge of the counter. The first 2 hole will be 12 from the left side and 2 from the wall with each of the 5 remaining 2 holes spaced 6 apart. Price $_________________________ CLIN 0002: Fabricated U-Shaped Counter Quantity: 1 Each Delivery & Installation Completed By 30 September 2009 Fabricated U-shaped serving counter, overall outside dimensions are 212, width 42, 33.5 height, with 12 16 gauge stainless steel tray slide and 2 under counter shelves with 2 doors. Wall side of counter will require 9, 2 holes for electrical wiring. The first 2 hole will be 12 from the left side and 2 from the wall with each of the 8 remaining 2 holes spaced 6 apart. Price $_________________________ CLIN 0003: Stainless Steel L-Shaped Table Quantity: 1 Each Delivery & Installation Completed By 30 September 2009 Fabricated 16 gauge stainless steel L-shaped table with a rounded 3 outside lip. Wall side dimensions are length 175.5, outside length 122.5, width 36, height is 33.5. This table will be welded to the existing dishwasher system. The existing dishwasher system is a Hobart Model # C88A. Price $_________________________ CLIN 0004: Fabricated Stainless Steel Table Quantity: 1 Each Delivery & Installation Completed By 30 September 2009 Fabricated 16 gauge stainless steel table with a rounded 3 outside lip to match the existing dishwasher. The existing dishwasher system is a Jackson Model # AJ-44 Vision Series. Table dimensions are 72 length, 36 width and 33.5 height. Price $_________________________ CLIN 0005: Fabricated Stainless Steel Table Quantity: 1 Each Delivery & Installation Completed By 30 September 2009 Fabricated 16 gauge stainless steel dishwashing table with a fabricated 14 bowl to attach to existing garbage disposer. The single sink well dimensions are 14 width, 14 length and 12 depth with a spray arm and faucet. Table dimensions are 40 length, 31 width and 33.5 height. This table will be welded to the existing dishwasher system. The existing dishwasher system is a Jackson Model # AJ-44 Vision Series. Price $_________________________ CLIN 0006: Fabricated Stainless Steel Table Quantity: 1 Each Delivery & Installation Completed By 30 September 2009 Fabricated 16 gauge stainless steel dishwashing table. Table dimensions are 40 length, 31 width and 33.5 height. This table will be welded to the existing dishwasher system. The existing dishwasher system is a Hobart Model # C88A. Price $_________________________ CLIN 0007: Delivery & Installation Quantity: 1 Each Delivery & Installation Completed By 30 September 2009 Delivery and Installation of fabricated counters and tables. Price $_________________________ Total Price $___________________ OFFERORS SHALL COMPLY with instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation [Contractor shall submit their proposal on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price. The offeror shall include, any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB Destination and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx] The provisions at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. The following FAR clauses are applicable to this acquisition: 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation [The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 423440] 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration 52.252-2 Clauses Incorporated by Reference The following DFARs clauses are applicable to this acquisition: 252.204-7004 Alt A Central Contractor Registration Alternate A 252.211-7003 Alt I Item Identification and Valuation 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. All questions must be submitted in writing to Contract Specialist Mary Hudson at Mary.L.Hudson@us.army.mil no later than 3:00 pm MDT on 4 August 2009. Quotes are due no later than 12:00 pm MDT, 12 August 2009 at the Fort Carson Directorate of Contracting 1676 Evans Street, Bldg 1220, 3rd Floor, Fort Carson CO 80913-5198. Faxed or emailed quotes are acceptable. The assigned Contract Specialist is Mary L. Hudson, commercial (719)526-8449, email Mary.L.Hudson@us.army.mil, or fax (719)526-6622.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0271/listing.html)
 
Place of Performance
Address: Butts DFAC Building 9612 Fort Carson CO<br />
Zip Code: 80913<br />
 
Record
SN01892855-W 20090801/090730235312-77f8d8b22d23c45165e45db37611ea28 (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.