Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2009 FBO #2864
SOLICITATION NOTICE

71 -- Weapon Storage Racks

Notice Date
9/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
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-0481
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
John Kurko, 7195263835
 
E-Mail Address
ACA, Fort Carson
(john.kurko@us.army.mil)
 
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. This solicitation is issued as a request for quotation (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 2005-36, 11 August 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 a 100% set aside for Small Business. The North American Industrial Classification System (NAICS) code for this procurement is 423440 with a small business size standard of 500 employees. This is a brand name or equal requirement. The following requirements are manufactured by Secureit Tactical Inc, E. Syracuse, NY 13057. The Directorate of Contracting, Fort Carson, CO intends to award a firm fixed purchase order for the following brand name or equal requirements. The salient characteristics of the equipment are: (1) minimum thickness of 14 gauge, (2) a minimum shelving capacity of 900 lbs, (3) storage racks shall have bi-fold doors and must accept a 5200 series padlock, (4) racks shall be adjustable to store 60 MM mortars complete (attached with base plate, bipod and optics), (5) racks shall store M4s, M249s and M240Bs with accessories attached to include optics, lights and lasers (visible and I.R.). A list of weapons and accessories is attached to this combined synopsis/solicitation. Quotations shall reference solicitation # W911RZ-09-T-0481. Vendors shall quote a unit price and the extended price for each CLIN. The vendors shall also quote an extended price for the total of all CLINS. The quoted price shall also include all freight, installation, unpacking, and assembly charges of the storage racks at buildings 7450 and 7462 on Fort Carson, CO. Freight, installation, unpacking, and assembly charges shall not be quoted separately. The vendor shall prepare a recommended weapon storage installation plan for buildings 7450 and 7460 after contract award and prior to starting the installation. The installation plan shall be forwarded to the Contracting Officer for review and approval. The contractor shall not start the installation until the installation plan is expressly approved by the Contracting Officer. The contractor shall install the following requirements at Fort Carson, CO, not later than 30 days after receipt of an order. Vendor quotations shall expressly state the ability to complete installation within 30 days after receipt of order. Unit PriceTotal CLIN 0001: SecureIt Model 84 Tactical Rack, $_______ $_______ 15x36x84 Bi-folding MFG Part# SEC-300-95 Quantity: 18 each. CLIN 0002: Saddles Lit; kit contains 12 Barrel $_______ $_______ and Stock Saddles. MFG Part # SEC-55-628 Quantity: 18 each CLIN 0003: SecureIt ADJ storage shelf, $_______ $_______ 900lb capacity. MFG Part # SEC-20-95 Quantity: 13 each CLIN 0004: SecureIt Shelf Base for $_______ $_______ 2nd Row of Rifles. MFG Part# SEC-21-95 Quantity: 16 each CLIN 0005: SecureIt Sloped Shelf, $_______ $_______ MFG Part# SEC-22-95. Quantity: 43 each CLIN 0006: Universal Compatibility plate #1, $_______ $_______ Part# SEC-UP1001 Quantity: 58 each CLIN 0007: 4 in x 7in x 3in Hook-on Bin, kit contains $_______ $_______ Package of 16. MFG Part# SEC-PB220 Quantity: 32 each CLIN 0008: Dividers for Bin PB30220 $_______ $_______ MFG Part# SEC-PB30166 Quantity: 50 each CLIN 0009: 6x11x5 Hook-on Bin. $_______ $_______ 12 per package MFG Part# SEC-PB230 Quantity; 125 each CLIN 0010: Divider for Bin PB30230 $_______ $_______ MFG Part# SEC-PB30171 Quantity: 107 each CLIN 0011: SecureIt Model 72 Tactical Rack, $_______ $_______ 15x36x72 Bi -Folding MFG Part# SEC-200-95 Quantity: 9 each CLIN 0012: SecureIt 50 Cal BRKT, $_______ $_______ 4 per kit. #95 Gray MFG Part# SEC-50-628 Quantity: 6 each CLIN 0013: Storage Tray 17x4 $_______ $_______ MFG Part# SEC-23-95 Quantity: 6 each TOTAL PRICE: $_______ OFFERORS SHALL COMPLY with instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. FOB Destination and a statement 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 responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The factors used to evaluate offers will be price and installation completion date with price being the most important factor. The following provisions and clauses apply to this acquisition and may be viewed at: http://farsite.hill.af/mil/. Provision 52.212-1 (Instructions to Offerors-Commercial Items), 52.212-2 (Evaluation-Commercial Items, 52.212.3 (Offeror Representations and Certifications-Commercial Items) and 52.252-1 (Solicitation provisions Incorporated by Reference). The clause at 52.212-4, Contract Terms and Conditions Commercial Items. The clause at 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause applicable to this acquisition are: 52.219-6 Notice of Total 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 481219] 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 The following FAR clauses are applicable to this acquisition. 52.204-7 Central Contractor Registration 52.252-2 Clauses Incorporated by Reference The following DFARS clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration 252.204-7004 Alt A Central Contractor Registration Alternate A 252.225-7002 Qualifying Country Sources As Subcontractors 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items applies to this acquisition. Additional DFARS clauses cited in this clause applicable to this acquisition are: 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. Written quotations for this solicitation shall be forwarded via email to john.kurko@us.army.mil or hand delivered to John Kurko, 1676 Evans Street, Building 1220, Suite 307, Fort Carson, CO 80913. The Government will not accept quotations via facsimile. Written quotations must be received not later than 8:00AM, Mountain Time Zone, 28 September 2009. The Government will not accept any questions or other inquiries relating to this solicitation. Telephone calls regarding inquiries or questions will not be returned. Vendors are required to address the specifications of the products offered compared to the brand name product. Vendors shall not forward product brochures, pictures, copies of industry studies/reports or similar printed information with their written quotations. The Government will not review or consider product brochures, pictures etc in the quotation review process. Contracting Office Address: ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198 Place of Performance: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO 80913-5198 US Point of Contact(s): John Kurko, 7195263835
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0481/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN01970564-W 20090927/090926001057-2c1ac4642a90b84475ca5954a1d796fd (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.