Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

78 -- The purpose of this combined synopsis/solicitation is for the fabrication and installation of two (2) shed style canopies; 21ft-8in X 32ft-6in and 31ft-6in X 21ft

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W410T0286
 
Response Due
9/13/2010
 
Archive Date
11/12/2010
 
Point of Contact
Donna Brockington, 703-428-4816
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(donna.brockington@mi.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; quotations are being requested and a written solicitation will not be issued. The solicitation number is W911W4-10-T-0286 and is issued as a request for quotation (RFQ). The RFQ document incorporates the provisions and clauses in effect through Federal Acquisition Circular FAC 2005-24. This solicitation is Set-side for Small Business. The associated NAICS code is 314912 and industry size standard is 500 employees. This requirement consists of the following Line Items: ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00012Each Fabricate two Shed Style Canopies FFP The fabrication and installation of two shed style canopy that are 21ft-8in X 32ft-6in and 31ft-6in X 21ft. They are projected to replace one existing canopy and one damaged during this years winter snow storm. See attached PWS for requirement details FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001011Each Fabricate one Shed Style Canopy 21ft-8in X 32ft-6in FFP See PWS for Requirement Specifications FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001021Each Fabricate one Shed Style Canopy 21ft-8in X 32ft-6in FFP See PWS for Requirement Specifications FOB: Destination NET AMT Delivery is requested no later than 02 Oct 2010. FOB shall be destination, and shipping should be included in the unit price. The following provisions and clauses shall apply: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JAN 1999); (2) FAR 52.212-2 (Evaluation - Commercial Items) with the following insertion in para (a) Technical capability of item offered to the Governments requirement and price. in the described CLINS of the RFQ; (3) FAR 52.213-3, Offeror Representations and Certifications - Commercial Items applies to this acquisition and there is not an addenda to this provision; (4) FAR 52.212-4, Contract Terms and Conditions Commercial Items, (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (1), (2), (8), (10) (18-25), (31), (34), (39)., (7) FAR 52.204-7, Central Contractor Registration, (8) FAR 52-219-1, Small Business Program Representations (NAICS code stated above in this notification), (9) FAR 52.252-1, Solicitation Provision Incorporated by Reference with the following insertion http://www.arnet.gov/far, http://farsite.hill.af.mil, http://www.dtic.mil/dfars, (10) FAR 52.252-2, Clauses Incorporated By Reference, Reference with the following insertion http://www.arnet.gov/far, http://farsite.hill.af.mil, http://www.dtic.mil/dfars, (11) FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. (12) DFARS, 252-212-7000, Offeror Representations and Certifications Commerical Items, (13) DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items are considered checked and are applicable to this acquisition: Para a, Para b (5-6), (18), (21i)., (14) INSCOM Local Clause H-27, Army Electronic Invoicing Instructions, (15) INSCOM Local Clause H-29, Contractor Code of Business Ethics and Conduct. The request for quotes due date is 13 SEP 2010 by 2:30 pm EST. Please forward all correspondence / RFQs to Ms. Donna Brockington, Contract Specialist, donna.brockington@us.army.mil 703-428-4816, and a courtesy copy to Mr. Sherman Green, Contract Specialist, Sherman.green@us.army.mil 703-428-4527. If Site Visit required, please contact Mr. Wayne Sanders at 703-706-2255. Performance Work Statement Canopy Replacement The contractor will fabrication and install one (1) shed style canopy that will be approximately 21ft-6in wide with 32ft-6in projection to replace the existing that collapsed during the snowstorm. The frame structure will be fabricated using 1in galvanized pipe, welded throughout and trussed for year round use. All welds shall be ground smooth, primed and re-galvanized. The frame structure will be built to carry wind, snow and uplift loads as required by local codes. The frame structure will be painted using color to match the fabric. The cover will be fabricated with pattern being selected by Facility Office. It is understood that all work will take place during normal business hours. The contractor will fabrication and install one (1) new cover for the existing shed style canopy that is approximately 31ft-6in wide with 21ft-6in projection. The cover will be fabricated and pattern to be selected by Facility Office. Fabricate and install one (1) new cover for the existing roll curtain that is approximately 20ft wide. The curtain that will be fabricated shall use the same specifications as the cover and will have clear vinyl windows to duplicate the existing. Painting the existing frame structure to match the fabric is required. It is understood that all work will take place during normal business hours.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W410T0286/listing.html)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
 
Record
SN02268276-W 20100905/100903235722-d8170be20dbfcc2ea7234771978438d5 (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.