Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

99 -- Heavy Duty Flooring

Notice Date
9/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE10T0031
 
Response Due
10/17/2010
 
Archive Date
12/16/2010
 
Point of Contact
Michael Schreiber, 618-220-5363
 
E-Mail Address
Surface Deployment and Distribution Command (SDDC)
(michael.schreiber1@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. The Government intends to issue a firm-fixed price award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price. Questions concerning this solicitation should be directed to Michael Schreiber, Contractig Officer via email to michael.schreiber1@us.army.mil. This requirement is set aside for 100% Small Business (SB) concerns. The applicable NAICS code is 423990; the Small Business Size Standard is 100 employees. OFFER DUE DATE/LOCAL TIME: 16 September 2010, 4:00 PM CST LINE ITEMS / DESCRIPTION / MANUFACTURER / PRODUCT NUMBER / QUANTITY: 0001 Heavy Duty Portable Structure Flooring, MFR: Load Tamer Surface Solutions; Product No: 104/C, Qnty 1,690. Color: Black CAMP 2 EVENT FLOORING - 39 inches X 6 inches X 2 inches 1.Weight Capacity of flooring: Minimum 20 Tons - Maximum 170 Tons 2. Must be made with light weight durable material 3. Ability to sustain/endure multiple conditions: Must be durable enough to perform in deployable operations on multiple type surfaces: hard surfaces such as asphalt or concrete, sandy areas, mud and dirt surfaces, as well as gravel surfaces. 4. Flooring size: Each individual platform must be a minimum 39 inches L x 39 inches W x 2 inches H; to provide support to 26 existing shelters (shelters inside measurement is 20' x 32.5') 5. Flooring must be inter-lockable with other pieces from all sides for added support. 0002 Ramp Right Side; MFR: Load Tamer Surface Solutions; Product No: 105R ; Qty: 52 Ramp: right side, 20 inches X 6 inches x 2 inches. Ramp Pieces: 1. Must accommodate the main door entrance of existing structures, the size should be a minimum 20 inches x 6 inches x 2 inches. 2. Must be made with light weight durable material 3. Ramp must be right-side angled to allow easy access to the shelter rolling equipment from either entrance. 4. Weight Capacity of Ramp: Minimum 20 Tons - Maximum 170 Tons 5. Ramp must be compatible with item in Item 0001. DELIVERY INFORMATION Delivery City/ZIP: 815 Lucas Place, FORT EUSTIS, VA 23604 (Full Address to be provided upon award) Required Delivery Date: 30 Days After Date of Contract APPLICABLE CLAUSES The following provisions and clauses apply to this acquisition (the full text of FAR and DFAR references may be accessed electronically at http://farsite.hill.af.mil/) 52.204-7 Central Contractor Registration 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1 Instruction to Offerors Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items. 52.247-34 FOB Destination 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A- Central Contractor Registration (52.204-7) Alternate A 252.232-7010 Levies on Contract Payments (Dec 2006) 52.212-2 Evaluation Commercial Items(a) 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 shall be used to evaluate offers: (i) Technical capability of the items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i) Ability of the offeror to meet the schedule or timeline as stated in this solicitation (ii) The ability for the offeror to meet the salient characteristics and/or brand name or equal items provided within each item requested. 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 a binding contract without further action by either party. 52.212-3 Offerors Representations and Certifications Commercial Items. The provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS APPLIES TO THIS ACQUISITION. THE FOLLOWING ADDITIONAL FAR CLAUSES CITED IN THIS CLAUSE ARE APPLICABLE: - 52.219-6 Notice of Total Small Business Set-Aside; - 52.219-28 Post Award Small Business Program; - 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; - 52.225-13 Restrictions on Certain Foreign Purchase; - 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2007) THE FOLLOWING ADDITIONAL DFAR CLAUSES CITED IN THE CLAUSE ARE APPLICABLE: - 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; - 252.225-7001 Buy America and Balance of Payment Program; - 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; - 252.247-7023 Transportation of Supplies by Sea Alternate III
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6cbd4c4c6cd457eaa2131747622032c8)
 
Place of Performance
Address: Surface Deployment and Distribution Command (SDDC) ATTN: SDAQ, 200 Stovall Street Alexandra VA
Zip Code: 22332-5000
 
Record
SN02282097-W 20100916/100915000723-6cbd4c4c6cd457eaa2131747622032c8 (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.