Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
SOLICITATION NOTICE

25 -- Two Door Mid Size Shelter (HMMWV), Four Door Hardtop Crew Cab (HMMWV), M1165 Cargo Bed Cover - HMMWV Requirements

Notice Date
8/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Alaska, PO Box B, Camp Denali, Fort Richardson, Alaska, 99505-2610
 
ZIP Code
99505-2610
 
Solicitation Number
W91ZRU-09-T-0003
 
Archive Date
10/3/2009
 
Point of Contact
Jaime K. Kunde, Phone: 9074286217, Mathew D. Holtschlag, Phone: 9074286190
 
E-Mail Address
jaime.k.kunde@us.army.mil, mathew.holtschlag@us.army.mil
(jaime.k.kunde@us.army.mil, mathew.holtschlag@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description of all requirements. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement co nstitutes only the solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quote (RFQ) number W91ZRU-09-T-0003. All proposals shall reference the RFQ number and shall be subm itted by 8:00 A.M. local time on 18 Sept 09. The anticipated award date is 22 Sept 09. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-05 dated 27 Jul 2005. This solicitatio n is issued under Full and Open Competition. The North American Industry Classification System code (NAICS) is 336211 with a size standard of 1000. The Alaska Army National Guard is requesting proposals for HMMWV Two Door Mid Size Shelter. Four door hardtop crew cab (HMMWV), M1165 Cargo bed cover. (Description of items on attachment) Delivery will be made to the Alaska Army National Guard, BLDG 49-140, Camp Denali, Fort Richardson, Alaska 99505-0800, ATTN CSM Kerry Averett (907) 428-6170. The Government intends to award a contract to the offeror whose proposal provides the best value to the Government. The Government will evaluate each proposal by integrating the evaluation price with past/present performance and technical. Technical will be rated at a slightly higher rate than past per formance, and when combined are significantly more important than the price. The technical factors include: (1) Ability to meet the specifications- The vendor shall submit a written proposal addressing each of the minimum requirements outlined in the soli citation. The proposal shall be in sufficient detail as to allow a board to review and rate the proposal. If the vendor fails to submit a written proposal, it will be considered an indication that the vendor will provide all requirements as outlined in th e solicitation. (2) Delivery. The vendor shall identify the number of days it will take to provide the requested items. Failure to do so will indicate an acceptance of a delivery date within 90 days of the contract award. Past/present performance includ es (1) Offeror s Business Practices, (2) Customer Relationship, (3) Ability to Provide the Requested Product, (4) Prior Experience, (5) Adherence to Schedule, and (6) Quality of Contractors Team. The vendor should provide the Government with the most curre nt past performance references. A reference name, contract number, phone number, fax number and or e-mail address should be submitted to allow the Government to obtain adequate past performance information. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerers initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The vendor should submit individual pricing for each component. Qualifying offers must meet t he stated specifications and must be accompanied by the completed provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with the proposal package, or a completed registration on the ORCA website (http://orca.bpn.gov). The following provisi ons and clauses will be incorporated into the solicitation by reference: 52.204-7, Central Contractor Registration, 52.211-6, Name Brand or Equal, 52.212-1, Instructors to Offerors-Commercial Items, 52.212-2, Evaluation Commercial Items, 52.212-4, Contra ct Terms and Conditions-Commercial Items, 252.204-7004, Central Contractor Registration Alternate A, 52.204-4, Printed or Copied-Double Sided on Recycled Paper, 252-209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, 252. 225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program, 252.227-7015, Technical Data-Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6 ALT I, Restrictions on Subc ontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated F acilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-35, Equal Op portunity for Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans, 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans, 52.232-34, Payment by Electronic Funds Tr ansfer-Other than Central Contractor Registration, 52.232-36, Payment by Third Party. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Comm odities, 252.243-7002, Request for Equitable Adjustment, 252.247-7023. The following additional clauses and provisions are added in full text: 52.252-1, Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference (The clauses and pro visions incorporated by reference can be accessed in full text at http://farsite.hill.af.mil), 52.233-2, Service of Protest (SPC Mathew Holtschlag, USPFO, BLDG 49000, Rm. B216, Camp Denali, Fort Richardson, Alaska 99505-0800, Offeror Representations and Ce rtifications Commercial Items, 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate, 252.227-7015, Item Identification and valuation. Sign and date your offer, the original must be submitted to Alaska Army Nationa l Guard, BLDG 49-140, Camp Denali, Fort Richardson, Alaska 99505-0800, ATTN Jaime Kunde, Contract Specialist, at or before 8:00 am, 18 Sept 2009 For information regarding this solicitation contact Jaime Kunde @ Jaime.k.kunde@us.army.mil, 907-428-6217 or Mathew Holtshlag Mathew.holtshlag@us.army.mil 907-428-6190
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51/W91ZRU-09-T-0003/listing.html)
 
Place of Performance
Address: Alaska Army Nationa l Guard, BLDG 49-140, Camp Denali, Fort Richardson, Alaska 99505-0800, Ft Richardson, Alaska, 99505, United States
Zip Code: 99505
 
Record
SN01930452-W 20090829/090828083922-cd32e5ff4085c9421917f21aad1121e8 (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.