Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
SOLICITATION NOTICE

25 -- Toppers for the M1101 Trailer, Toppers for the M1102 Trailer, Mid-top style toppers for the M1152 HMMWV, and Barn Door Style Topper for the M1165 HMMWV

Notice Date
7/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-11-Q-0014
 
Response Due
8/18/2011
 
Archive Date
10/17/2011
 
Point of Contact
Renee Rausch, 515-252-4615
 
E-Mail Address
USPFO for Iowa
(renee.rausch@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912LP-11-Q-0014. All proposals shall reference the RFQ number and shall be submitted by 11:00 a.m. local (central) time on 18 August 2011. The anticipated award date is 22 August 2011. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-53 dated 5 July 2011. This acquisition is advertised using Full & Open Competition. The North American Industry Classification System Code (NAICS) 336211 size standard of 1000. Contract line item numbers and quantities: CLIN 0001, Toppers for the M1101 Trailer, Qty- 30 (ea), See attachment No. 1, for detailed specifications. CLIN 0002, Toppers for the M1102 Trailer, Qty- 12 (ea), See attachment No. 2, for detailed specifications. CLIN 0003, Mid-top style toppers for the M1152 HMMWV, Qty- 7 (ea), See attachment No. 3, for detailed specifications. CLIN 0004, Barn Door Style Topper for the M1165 HMMWV, Qty- 25 (ea), See attachment No. 4, for detailed specifications. The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors - Commercial Items (by reference); 52.212-3 (Alt 1), Offeror's Representations and Certifications, Commercial Items (by full text); 252.212-7000, Offeror Representations and Certifications - Commercial Items (by full text). Offerors shall include a completed copy of both provisions (52.212-3, Alt I and 252.212-7000) as part of their quote, or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). The following clauses apply to this solicitation: 52.212-4, Contract Terms and Conditions - Commercial Items (by reference); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (by full text). The following optional clause under subparagraphs (b) & (c) are incorporated by reference within 52.212-5: 52.203-6 (Alt 1), Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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 Representation; 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; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); Other clauses that apply to this solicitation include: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (by full text); The following clauses are incorporated by reference within 252.212-7001: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act-Free Trades Agreements-Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.243-7002, Request for Equitable Adjustment, 252.247-7023, Transportation of Supplies by Sea. All information relating to this solicitation, including four attachments that contain the Statement of Work, changes/amendments, and questions and answers, will be posted on the Army Single Face to Industry (ASFI) Acquisition Business website: https://acquisition.army.mil. Submit your completed and signed proposal to: Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824 ATTN: 1st Lt Renee Rausch, Contract Specialist at or before 11:00 a.m. local (central) time on 18August 2011. For information regarding this solicitation contact 1st Lt Renee Rausch at 515-252-4615 or renee.rausch@us.army.mil. You may also contact CW4 Mark Thompson at 515-252-4248 or mark.lowell.thompson@us.army.mil. Formal communications such as Request for Clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to https://acqusition.army.mil, which will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the e-mail address noted above no later than 5:00 p.m. local (central) time on 16 August 2011. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Points of Contact are 1st Lt Renee Rausch at 515-252-4615, or E-Mail renee.rausch@us.army.mil. You may also contact CW4 Mark Thompson at 515-252-4248, or E-Mail mark.lowell.thompson@us.army.mil Alternate POC is SSG Tracy Canada, (515) 252-4616, or E-Mail tracy.canada@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-11-Q-0014/listing.html)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105NW 70th Ave Johnston IA
Zip Code: 50131-1824
 
Record
SN02501140-W 20110717/110716000111-51c16062ac3564644d804b952aca27b7 (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.