Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2013 FBO #4205
MODIFICATION

J -- Communication Tower Repair and Maintenance

Notice Date
5/28/2013
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-13-T-0016
 
Response Due
6/3/2013
 
Archive Date
7/27/2013
 
Point of Contact
Samuel C. Layton, 435-831-2932
 
E-Mail Address
MICC - Dugway Proving Ground
(samuel.c.layton8.civ@mail.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 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Firm Fixed Price Service Contract w/ the following CLINS: Tower Maintenance and Repair W911S6-13-T-0016 0001Tower 1 Self Supporting 80' Maintenance and Repair 0002Army Manpower Reporting 0003Tower 3 - Self Supporting 70' Maintenance and Repair 0004Tower 4 -Self Supporting 70' Maintenance and Repair 0005Tower 5 -Self Supporting 55' Maintenance and Repair 0006Tower 6 -Self Supporting 55' Maintenance and Repair 0007Tower 7 -Self Supporting 30' Maintenance and Repair Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A Site visit is scheduled for 9:00 AM [local prevailing time at U.S. Army Dugway Proving Ground, Utah] on Tuesday, June 11, 2013. Offerors interested in attending the site visit shall contact Mr. Samuel Layton, Contract Specialist via email [samuel.c.layton8.civ@mail.mil] by no later 10:00 AM [local prevailing time at U.S. Army Dugway Proving Ground, Utah] on Wednesday, June 10, 2013. To request admittance to DPG/Site Visit, contractor shall include the following information: (1) Name of the individuals attending. (2) Name of the company representing; (3) Telephone number; and (4) Citizenship status. i.e. US Citizen (yes/no). Contractors are advised to arrive at the security building no later than 8:30 a.m. in order to gain access to DPG and proceed to the Contracting Building 5330, Southwest Corner. A Bus/Van will then be provided for transportation to the location. Contractors driving onto post shall bring current vehicle registration and proof of insurance. Please call or e-mail Contract Specialist Samuel Layton w/ all questions concerning this requirement @ 435-831-2932 samuel.c.layton8.civ@mil.mail. For more detail visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm And enter the Solicitation # W911S6-13-T-0016. This will show all CLINS, Clauses and Contract details. The Performance Work Statement is to be included as an attachments to this synopsis and downloaded/viewed at FedBizzOpps.Gov. search under W911S6-13-T-0016. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-13-T-0016. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 237130 ($33.5M) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions - Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government,,Far 52.215-5, FAR 52.219-4, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-50. 52.225-13, 52.232-32 Payment by Electronic Funds Transfer. 252.232-7003 Electronic Funding via WAWF, 52.232-7, The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. DFARS 252.212-7000, Offerror representations and certifications - commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition, 252.209-7999. Army Contracting Level Agency Program applies to this solicitation. FAR 52.204-7 Central Contractor Registration, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003 Electronic Funding; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Accountable Property Officer, Accoutnable Property, Building 5464, Dugway, UT 84022-5000), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; All quotes must be e-mailed to Samuel Layton at samuel.c.layton8.civ@mail.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Samuel Layton at samuel.c.layton8.civ@mail.mil or call 435-831-2932. Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Monday 17 June, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/42a4d02e9cfa29333d5eb31ec633c04c)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03072733-W 20130530/130528234622-42a4d02e9cfa29333d5eb31ec633c04c (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.