SOLICITATION NOTICE
71 -- Mobile Drying Rack
- Notice Date
- 6/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332322
— Sheet Metal Work Manufacturing
- Contracting Office
- Fort Campbell DOC, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124810T0018
- Response Due
- 6/29/2010
- Archive Date
- 8/28/2010
- Point of Contact
- SaLonda M. Ozier, 270-798-7810
- E-Mail Address
-
Fort Campbell DOC
(salonda.m.ozier@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. Solicitation number W91248-10-T-0018 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, dated 22 April 2010. The NAICS Code is 332322 and the small business size standard is 500 employees. This requirement is solicited on an Unrestricted basis. Description of Items Requested: This requirement is for one (1) Mobile Drying Rack as outlined on Bid Schedule. Bid Schedule & Wage Determination and associated documents can be downloaded at http://doc.campbell.army.mil under subject solicitation number or at the end of this FedBizOpps announcement under Additional Documentation. The Government intends to make award to the lowest priced technically acceptable offeror meeting or exceeding the acceptable standards for non-cost factors. The non-cost factors are technical and past performance. Evaluation factors are: PRICE, TECHNICAL, AND PAST PERFORMANCE. In order to be technically acceptable, the offeror must demonstrate the following: 1). The proposed product complies with the size and accessibility requirements. 2). Product complies with required material (aluminum) or similar. 3). Product can withstand marine environment conditions as outlined on the bid schedule. 4). Product is capable of holding the required flight gear that allows for spacing and airflow to facilitate timely drying. 5). Product meets the capabilities of holding the amount of equipment listed in the Bid Schedule. See attached sample drawings. This drawing is only an example; offerors are encouraged to submit rubric drawing/sketch and other descriptive data necessary that outline details of the proposed drying rack design and that demonstrated the ability to meet and exceed the technical standard stated herein. Past Performance will be evaluated on a pass/fail basis and for relevancy. Relevancy is defined as services similiar in nature and dollar value as subject requirement. Quoters are required to ensure relevant past performance information is submitted for the past 5 years. Past Performance subfactors to be evaluated are Quality of Services/Supplies, Project Management, and Timeliness of Performance. It is the responsibility of the quoter to ensure past customers submit the attached past performance questionnaire directly to this office prior to the closing date. All information requested for past performance and information that demonstrates technical abilities must be submitted prior to the established closing date. Failure to submit information may result in non-consideration. The government reserves the right to award to other than the lowest price if determined be in the best interest of the government. The following provisions and clauses are applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) (Fill-in information -- www.arnet.gov/far ); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) (Fill-in information www.arnet.gov/far); 52.212-1 Instructions to Offerors-Commercial Items (June 2008) is applicable and is tailored as follows: Paragraphs; (d), (e), (h), and (i) are deleted. 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008); 52.204-7 Central Contractor Registration (Apr 2008); 52.209-5 Certification Regarding Responsibility Matters (Dec 2008); 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting (Aug 1999); 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist country (Jan 2009); 252.209-7002 Disclosure of Ownership or Control by a Foreign Government (June 2005); 52.212-2 Evaluation-Commercial Items is applicable: Evaluation Factors are PRICE, TECHNICAL, AND PAST PERFORMANCE. The Government intends to make award to the lowest priced technically acceptable offeror meeting or exceeding the acceptable standards for non-cost factors. Also, the government reserves to award other than the lowest price if determined to be in the best interest of the government. 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); which is addended to incorporate clause(s); 52.228-5 Insurance Work on a Government Installation (Jan 1997); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Feb 2010), applies to this acquisition and the following additional FAR clauses cited within the clause also apply: FAR 52.222-3 Convict Labor (Jun 2003); 52.222.19 Child Labor Cooperation with Authorities and Remedies (Feb 2008); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006); 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); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.222-41 Service Contract Act of 1965 as Amended (Nov 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989), fill-in is: Laborer $10.90; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) with the following contract clauses being applicable; 252.201-7000 Contracting Officers Representative (Dec 1991); 52.203-3, Gratuities (Apr 1984); 252.204-7004 (Sep 2007) Alt A - Required Central Contractor Registration; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 1993); 252.225-7001 Buy American Act and Balace of Payments Program (Jun 2005); 252.247-7023 Transportation of Suplies by Sea (May 2002); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) and 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) with offers. Other contract clauses and provisions applicable to this solicitation are 5152.209-4000, DOD Level I Antiterrorism (AT) Standards (Feb 2009), Contractor Manpower Reporting, and Schedule of Insurance; these provisions/clauses are contained herein in full text. Offers are due not later than 2:00 pm CST 29 June 2010. FACSIMILE and/or email quotes ARE acceptable; facsimile number is (270) 798-7548; email address is william.t.moore3@us.army.mil. All responsible sources may submit an offer, which will be considered by the agency. Submit offers to Directorate of Contracting, ATTN: Will Moore, 2172 13 1/2 Street, Fort Campbell, KY 42223-5358. Contact Will Moore 270-798-7811, william.t.moore3@us.army.mil regarding the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7256a898ce004d43d70fd0e21d63d735)
- Place of Performance
- Address: Fort Campbell DOC Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
- Zip Code: 42223-5355
- Zip Code: 42223-5355
- Record
- SN02181037-W 20100619/100617235911-7256a898ce004d43d70fd0e21d63d735 (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 |