SOLICITATION NOTICE
39 -- Gravity Roller Conveyor
- Notice Date
- 8/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R10T1071
- Response Due
- 9/1/2010
- Archive Date
- 10/31/2010
- Point of Contact
- Adrienne Egbers, 9283282687
- E-Mail Address
-
MICC Center - YPG
(adrienne.j.egbers@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. Combination Synopsis/Solicitation Solicitation Number: W9124R-10-T-1071 Response Date: 1 September 2010, 10:00AM MST This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) (2005-43, Effective 02 August 2010) and Defense Federal Acquisition Regulation (DFAR) current to DCN 20100810 edition. This commercial item acquisition is being solicited as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 332312 with a size standard of 500 employees. The awarded contract will be firm fixed priced. It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. All prospective offerors must be actively registered in the Central Contractor Registration (CCR).Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Quotes are being solicited on a brand name or equal basis. The manufacturer of the brand name or equal items being solicited is Lite Cart Corp at 1950 Lake Ave SE unit A, Largo, FL 33771-3720. Offerors proposing to furnish other than the brand name items being solicited shall provide sufficient technical literature to enable the government to determine that the proposed items meet or exceed all of the minimum salient characteristics of the brand name items being solicited (Ref FAR provision 52.211-6). The Combined Synopsis/Solicitation (CSS) and Minimum Salient Characteristics are located at the U.S. Army Mission and Installation Contracting Command Center-Yuma website at: http://www.yuma.army.mil/sitecontracting.asp. The quotation shall consist of one Contract Line Item Number (CLIN) as follows: CLIN 0001, Quantity of one (1) each, High Line Dock(Gravity Roller Conveyor) Model 545-001. The Government anticipates award on a best value basis. Per FAR 52.212-2, 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, price and other factors considered. The Government reserves the right to award to other than the lowest offeror. All quotations will be evaluated for technical acceptability. Only those offers determined to be technically acceptable will be given further consideration. Those offerors determined to meet the minimum salient characteristics will then be evaluated for price. All quotations shall be clearly marked with Request for Quotation (RFQ) referencing number W9124R-10-T-1071 and e-mailed to the Point of Contact below no later than the close of business on September 1, 2010. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and e-mail address; (3) A completed copy of both FAR 52.212-3 Representations and Certifications Alt I and DFARS 252.212-7000 Offerors Representations and Certifications-Commercial Items; (4) Sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements (Ref FAR 52.211-6); (5) Proposed delivery schedule; (6) Price (both unit price and total price) to include any applicable freight; (7) Acknowledgement of any amendments to the RFQ and (8) A statement indicating if the Government VISA credit card will be accepted as the method of payment. Offerors that fail to furnish the required representations or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.211-6, Brand Name or Equal (Aug 1999); FAR provision 52.212-1, Instructions to Offerors of Commercial Items (June 2008). NOTE: In order to complete the Representations 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 referenced clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (August 2009) with Alternate I (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 (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions- Commercial Items (June 2010) applies to this acquisition. Addendas attached are: FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (July 2010) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: 52.219-6, Notice of Total Small Business Set-Aside (May 2004); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor (Jul 2010); 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); 52.225-13, Restrictions on Certain Foreign Purchases, (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer (Oct 2003) and 52.232-36, Payment by Third Party (Feb 2010). The following DFARS provisions apply to this acquisition: 252.225-7000 Buy American Act--Balance of Payments Program Certificate. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition, and specifically, FAR Clause 52.203-3, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and 252.247-7023, Transportation of Supplies by Sea (May 2002). DFARS clauses 252.211-7003, Item Identification Valuation (Aug 2008) and 252.232-7010, Levies on Contract Payments (Dec 2006) are added by addendum. Point of Contact(s): 928-328-2687
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d2694201829f91a24ee25b6338f4987c)
- Place of Performance
- Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02256149-W 20100828/100826235915-d2694201829f91a24ee25b6338f4987c (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 |