Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOLICITATION NOTICE

54 -- Insulated Communications Shelter

Notice Date
8/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423390 — Other Construction Material Merchant Wholesalers
 
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-09-T-1081
 
Response Due
8/31/2009
 
Archive Date
10/30/2009
 
Point of Contact
DJ Neal, 928-328-6916<br />
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(dale.neal1@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combination Synopsis/Solicitation Solicitation Number: W9124R-09-T-1081 Response Date: 31 August 2009 Technical Questions: 25 August 2009 This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 Acquisition of Commercial Items and FAR Part 13-, as supplemented with additional information included in this notice. Request for Quotes (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under FAR 13- Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective 11 Aug 2009 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, Current to DCN 200900729. It is anticipated that payment will be made by Government Visa Credit Card or by DFAS via WAWF. This requirement is a 100% small business set-aside with the North American Industry Classification System (NAICS) is 423390 with a size standard of 500 employees. This solicitation contains one (1) Contract Line Item Number (CLIN) 0001 - Quantity 1 ea Communication Shelter with the following specifications: Physical specifications: a) Minimum size: 8 foot wide, 12 foot long and 7 foot high. Manimum: 10 foot wide, 12 foot long and 9 foot high. b) 36 inch wide entry door 80 inches high. c) Fully insulated floor and walls and ceiling with mimimum 2 inches of insulation on floor. d) Four lifting eyes for transport made out of stainless steel. e) Hoizontal run of unistrut on interior walls. f) Rain visor over door. g) Grey in color h) Recessed door with weather seal i) preassembled j) 2 each 19 inch by 72 inch high four post equipment racks k) Stainless door hardware l) 200A NEMA 1 rated breaker Bos with 5 each 20A breakers minimum m) Steel conduit for electrical runs n) Two incadecent bulb light fixtures o) Two exterior lights rated for Negative (-) 50 degrees F p) All lighting on separate switches for interior and exterior lights q) Minimum of 12 interior ground fault interrupter duplex outles r) One exterior 20A exterior outles on door side of shelter s) Lockable door handle Performance specifications: a) Must be able to maintain 50 degree interior temperature during negative (-) 50 degree exterior environmental temperature b) NEMA 3R minimum rating c) Minimum 125 MPH wind rating d) Minimum 40 pounds/ square foot snow loading e) 3000 watts of force air heat Delivery, acceptance and FOB point is the U.S. Army Fort Greely Alaska 99737. All offers shall include any applicable freight charges, handling charges and or taxes. This solicitation is being issued as an RFQ. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government whose offer is lowest priced technically acceptable. Offers shall be clearly marked with RFQ referencing number # W9124R09-T-1081 and emailed to the point of contact listed below no later than 31 August 2009 at 14:00 P.M. Eastern Standard Time (EST). Any technical questions will be submitted by August 25, 2009. Your company must be registered in (ORCA) web site at https://orca.bpn.gov or 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 (Aug 2009) with Alternate 1 (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009) and specifically addendum 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Aug 2009) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-3 Gratuities (Apr 1984), 52.219-28 Post-Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-50 Combating Trafficking in Persons (Feb 2009), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 252.211-7003 Item Identification and Valuation (Aug 2008), 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009), specifically 252.225-7036, Buy American Act and Balance of Payments Program (Jan 2009)-, 252.232-7003, Electronic Submission of Payment Requests (Mar 2008), 252.247-7023, and Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the point of contact below or facsimile (928) 328-6849. See Note 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1081/listing.html)
 
Place of Performance
Address: CCMI-RCY, Yuma Proving Ground - DABK41 ATTN: Mission & Installation Contracting Command, Building 2364, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01918675-W 20090821/090820001632-5ad453eb171eecbd1d337c8a76a93fc7 (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.