SOLICITATION NOTICE
81 -- 40ft USED CONTAINERS
- Notice Date
- 8/31/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423840
— Industrial Supplies Merchant Wholesalers
- Contracting Office
- Fort Bliss DOC, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG10T0357
- Response Due
- 9/3/2010
- Archive Date
- 11/2/2010
- Point of Contact
- hester.stone, 915-568-7360
- E-Mail Address
-
Fort Bliss DOC
(hester.stone@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. The solicitation number is W911SG-10-T-0357 and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This requirement is unrestricted and the North American Industry Classification System (NAICS) Code is 423840. The Mission Installation Contracting Command Directorate of Contracting, Fort Bliss, TX 79906 intends to award a firm-fixed price type contract. Requirement is as follows: Quantity of 135 Each USED Nondeployable Steel Storage Grade Containers; size: 40 ft. L x 8 ft. W x 8.5 ft; constructed of heavy gauge steel; sound on all sides, top, and floor; do not have to be wind and water tight; structure sturdy to be able to stack containers at least two high; do not have areas that are rusted through; holes approximately the size of nails holes are permissible; dents in containers up to twelve inches are permissible; doors do not have to be operational; pad eyes are required to facilitate lifting the containers with a crane. The government will be responsible for off-loading the containers at destination. Delivery shall be F.O.B. DEST, Fort Bliss, Texas. Exact delivery location will be coordinated upon award. Delivery for containers is required within 30 days after receipt of order. The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, and the following fill-in clauses in 52.215-5 apply: FAR 52.203-6, 52.204-10, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-13, and 52.232-33; DFARS 252.204-7003, 252.204-7004 Alt A, 252.209-7001, 252.209-7004, 252.211-7003 Alt 1, 252.232-7003, 252.232-7010 and 252.212-7001; Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the following fill-in clauses in DFARS 252.212-7001 also apply: FAR 52.203-3, DFAR 252.225-7001, 252.225-6012, 252.243-7002, and 252.247-7023. The offeror shall include a completed copy of FAR clause 52.212-3, Offeror Representations and Certifications, Commercial Items with their offer. The full text of these provisions can clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.acqnet.gov. The following local clauses also apply: 5152.233-4000, AMC-Level Protest Program (Nov 2008). The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. 5152.209-4000 DOD LEVEL 1 ANTITERRORISM (AT) Standards (Feb 2009) (a) Pursuant 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. (End of clause). The offeror must be actively registered in the Central Contractor Registration (CCR) database and the On-Line Certifications and Representations Application (ORCA) database to be considered for award. The website for CCR and ORCA is http://www.ccr.gov and https://orca.bpn.gov. Offers will be evaluated based on the following factors: (1) Technical capability of the items to meet the Government requirement. The offeror shall submit any descriptive data necessary to determine if the item offered meets requirements of the Government; (2) Price; (3) Past Performance. The offeror may identify past or current contracts for efforts similar to this requirement. This information shall be considered, as well as information obtained from other sources, when evaluating the offerors past performance. Award will be made to the lowest priced technically acceptable offerors. Tradeoffs will not be made. Proposals will be evaluated for acceptability but not ranked for technical or past performance. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision). Offers are due by September 3, 2010, 3:00pm MDT and may be faxed to the attention of MS. Hester Stone at 915-568-5643 or emailed to hester.stone@us.army.mil. Questions or concerns shall be directed to Hester Stone, Contract Specialist, via email hester.stone@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ca2fb70e365e2360d38813cdccfa73fe)
- Place of Performance
- Address: Fort Bliss DOC Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
- Zip Code: 79916-6812
- Zip Code: 79916-6812
- Record
- SN02261298-W 20100902/100831235059-ca2fb70e365e2360d38813cdccfa73fe (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 |