Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

42 -- Containment Berms

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-10-T-0039
 
Response Due
9/17/2010
 
Archive Date
11/16/2010
 
Point of Contact
Marcos A. Torres, 904-823-0550
 
E-Mail Address
USPFO for Florida
(marcos.a.torres@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 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W911YN-10-T-0039, is being issued as a Request for Quote (RFQ). Simplified Acquisition Procedures (SAP) are being used for the solicitation and award of this requirement pursuant to the Test Program for Certain Commercial Items (FAR Subpart 13.5). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. This procurement is a 100% small business set aside with no geographic limitations. The NAICS code is 423830, Industrial Supplies Merchant Wholesalers, with a size standard of 100 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. Description of Requirement: The purchase of hazardous materials containment berms in accordance with (IAW) the Statement of Work (SOW) CLIN 0001: Containment Berms, Quantity: 14 Each. See SOW (Atch 1). Proposed delivery time is to be 4 to 6 weeks to 13433 Crossover St, Bldg 1822, Jacksonville, FL 32221. FAR 52.212-1 Instructions to Offerors-Commercial Items. Refer to www.arnet.gov/far: (a) Submission of Offers- Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationary or as otherwise specified in the solicitation. At a minimum, offers must show: (1) Solicitation Number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A description of the service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; (5) Terms of express warranties, if any; (6) Price and any discount terms; (7) Remit to address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgement of solicitation amendments, if any; (10) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish requirement representations or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. (11) Submit offers in response to this synopsis/solicitation to marcos.a.torres@us.army.mil; OR (USPS Mail) USPFO for Florida, PO Box 1008, St. Augustine, FL 32085-1008 (b) All firms must be registered in the Central Contractor Registration database at www.bpn.gov in order to be considered for award. FAR 52.212-2 Evaluation Commercial Items- 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 following factors will be used to evaluate offers: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 12.602, as supplemented. Award will be made to the technically acceptable offeror with the lowest evaluated cost or price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the requirements. Technical acceptability will be evaluated on all offers on a PASS/FAIL basis. Include prices for the entire project. Ensure technical requirements and specifications are met in accordance with (IAW) the specifications as stated within the Statement of Work (SOW) (Atch 1). Failure to meet any of the requirements may result in rejection of the entire offer. A partial quote will not be considered. Factor 1 - Technical Portion: Technical acceptability will be evaluated on all offers on a PASS/FAIL basis. Include prices for the entire project. Ensure technical requirements and specifications are met in accordance with the SOW (Atch 1). Factor 2 - Price: Only those offerors determined to be technically acceptable will be considered for award. Award will be made to the lowest-priced quote meeting the technical acceptability factors. Delivery of equipment shall be made FOB destination to W81DDU-HHC 1/111 AVN REGT, ATTN: SFC David Angers, 13433 Crossover Street, Building 1822, Jacksonville, FL 32221. DELIVERY SCHEDULE, CLIN 0001, 120 days after date of award. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 -- Instructions to Offerors -- Commercial Items. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT 1; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 52.252-1 -- Provisions Incorporated by Reference (http://farsite.hill.af.mil); 52.233-2 Service of Protest; Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: USPFO for Florida ATTN: Contracting Officer P.O. Box 1008 St. Augustine, FL 32085 (904) 823 0512 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT 1. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt 1); 52.204-4 -- Printed or Copied-Double Sided on Recycled Paper; 52.204-7Central Contractor Registration; 52.212-4 Contract Terms and ConditionsCommercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Dev.); 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 -- Utilization of Small Business Concerns; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 -- Convict Labor; 52.222-19 -- Child Labor - Cooperation with Authorities and Remedies; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-26 -- Equal Opportunity; 52.222-36 -- Affirmative Action for Workers with Disabilities; 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 -- Combating Trafficking in Persons; 52.223-5 -- Pollution Prevention and Right to Know Information; 52.225-13 --Restrictions on Certain Foreign Purchases; 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 -- Protest After award; 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.247-34 -- F.o.b. Destination (NOV 1991); 52.252-2 -- Clauses Incorporated by Reference (http://farsite.hill.af.mil); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure of Information; 252.204-7004 -- Alternate A; 252.211-7003 Item Identification and Valuation; 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dev.); 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 -- Preference for Certain Domestic Commodities; 252.232-7010 Levies on Contract Payments; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea; 52.219-6 Notice of Small Business Set-Aside; 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; 252.211-7003 Item Identification and Valuation; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 52.219-14 Limitations of Subcontracting; 52.222-54 Employment Eligibility Verification; 52.228-5 Insurance- Work on a Government Installation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-10-T-0039/listing.html)
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
 
Record
SN02272785-W 20100910/100908235511-f71e29f3dc65e06643cfd6c5e329b45d (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.