Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

42 -- CONVERT EXISTING CONTAINERS VILLAGE TO LIVE FIRE CAPABILITY

Notice Date
6/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG11TXXXX
 
Response Due
6/24/2011
 
Archive Date
8/23/2011
 
Point of Contact
hester.stone, 915-568-7360
 
E-Mail Address
MICC - Fort Bliss
(hester.stone@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 solicitation number is W911SG-11-T-XXXX and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. This requirement is a 100% Small Business Set Aside and the North American Industry Classification System (NAICS) Code is 541990 All Other Professional, Scientific, and Technical Services. Requirement is as follows: Convert existing containers village to Live Fire capability. Contractor shall convert the interior of eighteen (18) each building container village to Live Fire capable village. Existing village consists of 20ft x 40ft and 13ft X 40ft SET DESIGN containers making up 15X1 story and 3X2 story buildings. The requirement is for interior and exterior side walls as well as lining all interior surfaces (walls, floor, and ceiling) with bullet absorbing material capable of absorbing the impact of 5.56, 9mm, and.45 caliber ammunition on the interior and 7.62 and blow on the exterior. Although three windows and doors per structure will be maintain, the contractor shall take in consideration the proper ventilation requirements for the structures and include any ventilation equipment necessary in the cost. The material used shall be non-combustible or fire retardant in the most hazardous conditions of atmosphere, pressure, and temperature to be expected in their use. Non-permanent fire retardant additives will not be used to achieve fire retardation. The must be able to withstand 75 MPH winds, 20-135 degrees Fahrenheit temperatures, and humidity levels from 0%-100%. Attachment document - existing village diagram. The following clauses applies 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 52.212-5 apply: FAR 52.203-6, 52.204-10, 52.219-6, 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, 52.223-18, 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, 252.232-7003, 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, 252.225-7001, 252.247.7023. The offeror shall include a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications, Commercial Items with their offer. The full text of these provisions and clauses may be obtained by accessing http://ww.acq.osd.mil/dplap/dars/index.html or http://www.acqnet.gov. The following local clauses also apply: 252.233-4000, 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 a) 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 Officer's 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 awards. 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 offeror's past performance. Award will be made to the lowest priced technically acceptable offerors. Tradeoffs will not be made. This action is for planning purposes and is subject to availability of funds. FAR 52.232-18, Availability of Funds, also applies to this requirement. The Government does not guarantee an award from this solicitation. This notice does not obligate the Government to award a contract. It does not restrict the Government's ultimate approach, nor does it obligate the Government to pay for any proposal preparation costs. Offers shall be reviewed and considered by the Agency. Offers are due by June 24, 2011, 3:00pm Mountain Time 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, Contracting Officer, via email hester.stone@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21d6b0c2ebaf46803712c94070139fee)
 
Place of Performance
Address: MICC - Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02462825-W 20110604/110602235046-21d6b0c2ebaf46803712c94070139fee (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.