SOLICITATION NOTICE
81 -- Used Cargo-worthy 20' shipping containers
- Notice Date
- 10/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W67VJX-0292-0099
- Archive Date
- 11/11/2010
- Point of Contact
- Diane N. Johnson, Phone: 8014324094
- E-Mail Address
-
diane.n.johnson@us.army.mil
(diane.n.johnson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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; quotes are being requested and a written solicitation will not be issued. Solicitation is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46 dated 29 September 2010. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. Procurement is unrestricted with no set-aside in effect. The North American Industry Classifications System Code (NAICS) is 332439. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase the following: One Hundred Three (103) each: USED Cargo-worthy (grade) Steel Shipping Containers. Certifications shall be included with shipments (CSC Survey). Minimum size: 20' x 8' x 8'6". Containers shall be fabricated out of 14-gauge steel; Frames made from 6-8 gauge steel; 1" hardwood treated floors; water tight; good door seals; no major dents; color does not matter, but include sealant to prevent rust. Containers shall be standard, with no special doors or windows installed and shall be of good condition and quality as some will be stacked together vertically. Containers shall be delivered no later than 15 days ARO to a specified delivery point approximately 2 miles west of the Camp Williams, Utah's main entrance (84065). The road is asphalt to dirt and in good condition. Camp Williams has the capability to off-load containers. Include certification and shipping charges with your bid. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.farsite.hill.af.mil and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.203-3 Gratuities; (2) FAR 52.203-6, ALT I Restrictions on Subcontractor Sales to the Government; (3) FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; (4) FAR 52.204-7 Central Contractor Registration; (5) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (6) FAR 52.212-1 Instructions to Offerors - Commercial Items; (7) FAR 52.212-3 ALT 1 Offeror Representations and Certifications - Commercial Items; (8) FAR 52.212-4 Contract Terms and Conditions - Commercial Items; (9) FAR 52.212-5 DEV Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items; (10) FAR 52.219-8 DEV Utilization of Small Business Concerns (Deviation 2009-O0009); (11) FAR 52.219-28 Post Award Small Business Program Representation; (12) FAR 52.222-3 Convict labor; (13) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (14) FAR 52.222-21 Prohibition of Segregated Facilities; (15) FAR 52.222-26 Equal Opportunity; (16) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (17) FAR 52.222-36 Affirmative Action for workers with Disabilities; (18) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; ( l9) FAR 52.222-50 Combating Trafficking in Persons; (20) FAR 52.222-99 DEV Notification if Employee Rights Under National Labor Relations Act (Deviation 2010-O0013); (21) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (22) FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (23) FAR 52.233-2 Service of Protest; (24) FAR 52.233-3 Protest After Award; (25) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (26) FAR 52.252-2 Clauses Incorporated by Reference; (27) FAR 52.252-6 Authorized Deviations in Clauses; (28) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (29) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; (30) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (31) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; (32) DFARS 252.211-7003 Item Identification and Valuation; (33) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; (34) DFARS 252.212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (35) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (36) DFARS 252.225-7012 Preference for Certain Domestic Commodities; (37) DFARS 252.225-7014 Preference for Domestic Specialty Metals; (38) DFARS 252.225-7020 Trade Agreements Certificate; (39) DFARS 252-225-7021 Trade Agreements; (40) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (22) DFARS 252.232-7010 Levies on Contract Payments; (21) DFARS 252.243-7002 Requests for Equitable Adjustment; (22) DFARS 252.247-7023 Transportation of Supplies by Sea; Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the appropriate name and address provided by the Contractor. In accordance with FAR 52.212-1(k), prospective awardees are required to be registered in the Central Contractor Registration (CCR) and be willing to register with Wide Area Work Flow. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Only one contract will be awarded. If requested by the contracting officer, offeror shall provide references. The factors used to evaluate offers received are the combination of price and delivery time. INSTRUCTIONS: Offers shall include (1) a detailed quote and (2) a copy of the completed provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items, or a statement concerning current updated information on the ORCA website at https://orca.bpn.gov. If requested by the contracting officer, offeror shall provide references. Failure to provide the above listed items with your offer, may cause offer to be considered non-responsive. PREFERRED PAYMENT METHOD: Preferred payment is credit card, please verify whether your company accepts credit cards and state if there will be any additional charges. ADDITIONAL INFORMATION: Quotes shall be received NLT 10:00 A.M. MST on October 27, 2010. No late offers will be accepted. Offers shall be sent via e-mail to Diane Johnson at diane.n.johnson@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67VJX-0292-0099/listing.html)
- Place of Performance
- Address: Camp Williams Training Site, 17800 South Redwood Road, Riverton, Utah, 84065-4999, United States
- Zip Code: 84065-4999
- Zip Code: 84065-4999
- Record
- SN02314616-W 20101023/101021234000-99fe4de7c80112cb0024565c0410464d (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 |