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
MODIFICATION

71 -- The previous Combined Synopsis/Solicitation for Armsroom Storage Racks is being reposted as UNRESTRICTED.

Notice Date
9/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124709T0493
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
Terry Spain, 910-907-5255
 
E-Mail Address
ACA, Fort Bragg
(terry.joe.spain@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W9124709T0493. COMBINED SYNOPSIS/SOLICITATION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This Solicitation document W91247-09-T-0493 is issued as a Request for Quote (RFQ) ARMSROOM STORAGE RACKS FOR 3rd Special Forces Group (Airborne). (iii) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-36 Effective August 11, 2009. (iv) This solicitation is being set-aside as UNRESTRICTED. The associated NAICS code is 423440 Other Commercial Equipment Merchant Wholesalers. FSC code 7125 and size standard is 100. (v) Evaluation and Award. The government will evaluate quotes in response to this request and award a purchase order to the responsible offeror whose offer conforming to this request, will be most advantageous to the government considering the price, delivery and quality. (vi) Must be brand name or equal if bidding other than exact, vendor must provide manufacturers name and part number for each item. Vendor may be required to submit additional information/specifications. Brand name requested is Spacesaver Corporation, website is http://www.spacesaver.com/. (vii) Additional requirements from customer in attached Scope of Work (SOW). (viii) Diagrams of project courtesy of Patterson-Pope, exclusive Spacesaver vendor for NC. (ix) 4th BN 3rd SFG(A) Weapons Density (x) This requirement is to provide: See attached solicitation (xi) The requirement shall be Firm Fixed Price. (xii) This requirement is for delivery FOB (Destination) to 3rd Special Forces Group (Airborne), Fort Bragg, NC. (xiii) The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil). (xiv) 52.212-2, Evaluation Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. (xv) FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.225-7000 Buy American-Act Balance of Payments Program Certificate. (xvi) The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xvii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Incorporated by Full Text (website provided http://farsite.hill.af.mil) : Applicable clauses under FAR 52.212-5: 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, Veterans of the Vietnam Era, and Other Eligible Veterans, 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. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. (xviii) FAR 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). Applicable DFARS clauses: DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.211-7003 Item Identification Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. 5152.209-4000 DoD Level Antiterrorism (AT) Standards, (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program (Nov 2008), If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (xix) Submission of proposals shall be forwarded and received at this location no later than 5:00 EST, Monday, September 28, 2009. Electronic submission of offers is authorized and allowed. (xx) Submit signed and dated offers to Terry Joe Spain, Contract Specialist via email to: terry.joe.spain@us.army.mil on or before the exact time specified in this solicitation. NLT 5:00 EST, 28 Sep 2009 Additional Info: Additional documentation Contracting Office Address: ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 21105, C Stack, Macomb and Reilly Streets, Fort Bragg, NC 28310-5000 Place of Performance: 3rd Special Forces Group, Fort Bragg, NC 28310-5000 US Point of Contact(s): Terry Joe Spain, 910-907-5255 ACA, Fort Bragg
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK07/W9124709T0493/listing.html)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01970589-W 20090927/090926001124-9445002c198831c984a9043e7b146266 (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.