Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOLICITATION NOTICE

83 -- Description of requirement: The Illinois Army National Guard (ILARNG) requires a Multi-functional rapidly deployable inflatable work shelter/storage tent as a temporary maintenance facility in accordance with the attached SOW.

Notice Date
11/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
USPFO for Illinois, Camp Lincoln, 1301 North MacArthur Boulevard, Springfield, IL 62702-2399
 
ZIP Code
62702-2399
 
Solicitation Number
W91SMC-12-T-0001
 
Response Due
12/30/2011
 
Archive Date
2/28/2012
 
Point of Contact
david.picchi, 217-761-3761
 
E-Mail Address
USPFO for Illinois
(david.picchi@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. Combined Synopsis/Solicitation: W91SMC-12-T-0001 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 solicitation is issued as a request for quotation (RFQ). NAICS 493190 small business size standard is $25.5 Million Dollars. This acquisition is 100% set-aside for Small Business. Delivery is to Camp Lincoln, Springfield IL. See the Statement of Work (SOW) # 12-002 Maintenance Tent, dated 10 November 2011. Description of requirement: The Illinois Army National Guard (ILARNG) requires a Multi-functional rapidly deployable inflatable work shelter/storage tent as a temporary maintenance facility in accordance with the attached SOW. The IL-ARNG intends to award a Firm Fixed Price (FFP) contract for this award. Performance Standards: Pricing must include delivery and initial set-up in accordance with the SOW. Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors---Commercial, applies to this acquisition. Remission of Reps and Certs must be submitted if not already ORCA registered. An award will be made on the basis of lowest-price technically acceptable as authorized by FAR Part 13, Simplified Acquisition Procedures (SAP). Provision for Evaluation: Award will be made to the responsible contractor (see FAR Part 9) whose quote represents the lowest overall price while meeting the technical requirements. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Lowest Price Technically Acceptable (LPTA). No other factors will be considered. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends to make a single, FFP contract for this award INFORMATION FOR EVALUATION Interested contractors must submit the following with their quote. Quotes, which do not contain this information, may be determined unacceptable, or may be judged as not representing the best overall value to the Government. 1. Offers must show pricing in the below format: Cost of Tent $___________________ Cost of Generator $___________________ Shipping/Set-up charges $___________________ Total Price $___________________ Additional Information for Offerors: (i) Offers are due NLT 30 December 2011 by 8:00 a.m. Central Standard Time. Oral quotations will not be accepted. Faxed offers will not be accepted. Hard copy mail or Email offers to david.picchi@us.army.mil. Any questions must be addressed in writing to 1LT David Picchi, Contracting Officer, 1301 N. MacArthur BLVD, Springfield IL 62702 or email david.picchi@us.army.mil prior to 10:00 a.m. Central Standard Time, 09 December 2011. No oral questions will be accepted. (ii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, as of 5 July 2011 found on https://www.acquisition.gov/far/ (iii) This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) NAICS 493190 small business size standard is $25.5 Million Dollars. (iv) The purpose of this combined synopsis is for the purchase of a Multi-functional rapidly deployable inflatable Shelter as a temporary Maintenance facility in accordance with the SOW dated 10 November 2011. The following clauses and provisions apply to this acquisition: This solicitation incorporates one or more solicitation provisions by reference, the clauses are in effect with the same force and effect as is they were given in full text. The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.204-7, Central Contractor Registration FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following applicable clauses in paragraph (b): FAR 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government FAR 52.219-6 Notice of Small Business Set-Aside FAR 52.219-8 DEVIATION, Utilization of Small Business Concerns DEVIATION FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post-Award Small Business Program Re-representation FAR 52.222-3, Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility Verification FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-25, Prompt Payment FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.224-1 Privacy Act Notification FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-5 Authorized Deviations in Provisions This solicitation incorporates one or more solicitation DFARS clauses by reference, with the same force and effect as is they were given in full text. DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items DFARS 252.204-7004 Required Central Contractor Registration Alternate A DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Note: The requirement for Wide Area Workflow [WAWF] may be removed at any time during the performance of the contract and instructions for submission of invoices in accordance with FA 52.212-4 will be followed. DFARS 252.247-7023 Transportation of Supplies by Sea Thank you.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11/W91SMC-12-T-0001/listing.html)
 
Place of Performance
Address: USPFO for Illinois Camp Lincoln, 1301 North MacArthur Boulevard Springfield IL
Zip Code: 62702-2399
 
Record
SN02630216-W 20111201/111129234508-4c630c569f9d0c12464e4d1b7a491309 (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.