MODIFICATION
83 -- Amendment 01, Tent Leasing
- Notice Date
- 3/13/2012
- Notice Type
- Modification/Amendment
- NAICS
- 532299
— All Other Consumer Goods Rental
- Contracting Office
- MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ12T0039
- Response Due
- 3/15/2012
- Archive Date
- 5/14/2012
- Point of Contact
- erica chin, 7195260124
- E-Mail Address
-
MICC - Fort Carson
(erica.e.chin.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Quotations shall reference solicitation number W911RZ-12-T-0039. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57. The Installation Contracting Office (ICO) - Fort Carson intends to award a firm-fixed-priced contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 532299 with a small business size standard of $7.0M. This requirement is a Small Business set-aside and only qualified vendors may provide a quotation. The Contractor shall propose the following Contract Line Item Numbers (CLIN): ITEM NO SUPPLIES/SERVICES 0001 Approx 60 x 120 Tent with QTY 3 Ea UNIT PRICE ____ AMT ________ Sidewalls (Est occupancy 250 people) 0002 Large Halogens (4 per tent CLIN 0001 ) QTY 12 Ea UNIT PRICE ____ AMT_____ 0003 Approx 60 x 90 Tent with Sidewalls Est occupancy 150 people) Qty 5 Ea UNIT PRICE ____ AMT_____ 0004 Large Halogens (3 per tent CLIN 0003) Qty 15 Ea UNIT PRICE ____ AMT_____ 0005 HVAC (1 per tent CLINs 0001 & 0003 ) Qty 8 Ea UNIT PRICE ____ AMT_____ POP 26 March 2012 - 18 April 2012 TOTAL COST _________ CLINs 0001 through 0005. The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, install, maintain, tear down, and remove leased equipment at Camp Red Devil and specified grid locations at Fort Carson, Colorado 80913 and provide ongoing maintenance as outlined in the attached PWS at no additional cost to the Government. The leasing period of performance is 26 March 2012 through 18 April 2012. SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS) FOR ADDITIONAL INFORMATION FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/ or www.acquisition.gov/far/ Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) is applicable to this acquisition and is included in paragraph (a), (b), and (c). a. Quotations shall be emailed to erica.e.chin.mil@mail.mil not later than 2:00 p.m. Mountain Daylight Time (MDT) on 15 March 2012. Quotes shall be effective for 30 calendar days after close of solicitation. b. The contractor shall provide pictures or drawings of proposed tents. See estimated occupancy as outlined in CLINs 0001 and 0003 above for proposed tent size, and indicate occupancy capacity. c. All line items shall be priced in accordance with the attached PWS and contract line items as outlined in this solicitation. Any quotations not in compliance will be considered nonresponsive. 52.212-2. I (Evaluation - Commercial Items) is applicable to this acquisition and is included in paragraph (a) below. a. The Government will award a purchase order resulting from this solicitation to the responsible vendor whose technically acceptable offer, conforming to the solicitation will be most advantageous to the government, price and past performance will be considered. The following factors shall be used to evaluate offers: the lowest price technically acceptable. See Attachment for "fill in" provision (Deviation 2012-00004, 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law)to be completed and returned by the vendor response to this RFQ. 52.212-3 Certs & Reps, 52.212-3 Alt I Certs & Reps, 252.225-7031 Secondary Arab Boycott of Israel. Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions - Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items), 52.219-6 (Notice of Total Small Business Set-Aside), 52.219-28(Small Business Representation), 52.222-3 (Convict Labor),, 52.222-19(Small Business Concern Representation for the Small Business Competitiveness Demonstration Program), 52.222-21 (Prohibition of Segregated Facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combating Trafficking in Persons), Officials, 52.223-5 (Pollution Prevention and Right -to-Know), 52.223-10 (Waste Reduction Program), 52.223-18 (Contractor Policy to Ban Text Messaging While Driving), 52.223-19 (Compliance with Environmental Systems), 52.225-13 (Restrictions on Certain Foreign Purchases), 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration), 52.247.34 (F.O.B. Destination), 52.252-2 (Clauses Incorporated by Reference), 252.203-7000 Req. relating to Comp. of former DOD, 252.204-7003 (Control of Government Personnel Work Product), 252.204-7004 Alternate A (Central Contractor Registration), 252.211-7003 (Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 (Qualifying Country Sources as Subcontractors), 252.232-7003 (Electronic Submission of Payment Requests), 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, 5152.233-4000 (AMC Level Protest), 5152.209-4000 (Antiterrorism) To be eligible for award, contractor shall be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.eb.mil/index.html. Vendors shall present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov. Questions concerning this solicitation shall be addressed to CPT Erica E. Chin, Contract Specialist, via email to erica.e.chin.mil@mail.mil. ICO-Fort Carson will not accept inquiries or quotations via telephone or facsimile inquiries. Quotations shall be emailed to erica.e.chin.mil@mail.mil not later than 2:00 PM Mountain Daylight Time (MDT) on 15 March 2012. Quotes shall be effective for 30 calendar days after close of solicitation. ICO-Fort Carson will not accept quotations via telephone or facsimile.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e54f51975794265d900b464f41b6af9c)
- Place of Performance
- Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02694951-W 20120315/120313234828-e54f51975794265d900b464f41b6af9c (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 |