Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2015 FBO #5029
SOLICITATION NOTICE

54 -- Portable Shelter System

Notice Date
8/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
CRTC-Alpena/MSC Office, Michigan Air National Guard, 5884 A Street, Alpena, MI 49707-8125
 
ZIP Code
49707-8125
 
Solicitation Number
W912JB-15-T-8011
 
Response Due
9/18/2015
 
Archive Date
10/28/2015
 
Point of Contact
Jonathan Bodus, 269-969-3363
 
E-Mail Address
CRTC-Alpena/MSC Office
(jonathan.d.bodus.mil@mail.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. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) This solicitation is issued as a Request for Quote (RFQ) against solicitation number W912B-15-T-8011 for a commercial items acquisition to furnish a portable shelter system at the Grayling Air Gunnery Range, Waters, MI. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-083 effective 3 Aug 2015. (iv) The North American Industrial Classification System (NAICS) Number is 332311 Prefabricated metal Building and Component Manufacturing, Small Business Size Standard 500 Employees. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): To be considered RESPONSIVE, offeror's must address all CLINs utilizing W912JB-15-T-8011 Proposal Bid Schedule. (vi) Description of requirements for the items to be acquired. CLIN 0001: Furnish 2 EA portable shelter system to the Grayling Air Gunnery Range, Waters, MI. Shelter design shall meet the minimum requirements: -Interior space must be approximately 16'L x 16'W x 8'H -Fully breakdown building components to fit 8'H x 4'W x 20'L (towing configuration) -Include fully integrated HVAC, lighting, DATA, and electric wiring/outlets -Capable of being set up or disassembled by two people within an hour timeframe -Include diesel powered generator -Designed to allow add-on options for kitchen or bathroom at later date -Waterproof -Support snow load of 2500lbs -Withstand 170mph wind load -Include trailer for towing -Weigh between 6,000 - 15,000 when in towing configuration -30 year life cycle expectancy NOTE: Modular structure is intended to support classroom training operations at the Grayling Air Gunnery Range NOTE 2: All products meeting the design criteria stated above will be considered. Venders will include specifications and drawing of their proposed product in their quote. NOTE 3: Standard delivery is accepted and will be noted on the vender quote. NOTE 4: All questions concerning this solicitation must be submitted in writing to the Contracting Officer NLT than COB 7 Sep 2015 in order to allow adequate time to provide responses. NOTE 5: The Government intends to award a single firm fixed price contract as a result of this solicitation. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Note to offerors, The Central Contractor Registration (CCR) has been retired and replaced with SAM. In all instances where CCR is referenced you must refer to SAM. (vii) Reservation dates are established in each contract line item, and shall not be altered or adjusted after contract award without approval from the Contracting Officer. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items-(JUN 2008). Clause is amended as follows: -Offerors shall email their proposals to the following address: jonathan.bodus@ang.af.mil -Proposals are due to the Contracting Officer NLT: 18 Sep 2015, 12:00pm EST. (x) Provision at 52.212-2, Evaluation-Commercial Items is amended to read: The 110th Attack Wing is procuring this as a quote mark Best Value quote mark procurement in accordance with the following factors: -Technical Capability oSubfactors: Quality and durability of unit Ease of use and maintenance Safety and security of unit -Price oPriced per each -Past Performance When factors are weighted, technical capability and past performance, when combined, are equal to price. (xi) Contract financing arrangements will not apply. The following additional clauses will apply: FAR 52.212-3 Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (AUG 2009) - Alternate II (MAY 2009), and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995); FAR 52.216-27 Single or Multiple Awards; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-35 Equal Opportunity of 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 Disabled Veterans; FAR 52.222-54 Employment Eligibility Verification (Jan 2009); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. (i)TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912JB-15-T-8011 are to be submitted via email to jonathan.d.bodus.mil@mail.mil All answered questions will be addressed in the form of a solicitation amendment and will need to be acknowledged in the Vender quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-3/W912JB-15-T-8011/listing.html)
 
Place of Performance
Address: CRTC-Alpena/MSC Office Grayling Air Gunnery Range Waters MI
Zip Code: 49797-8125
 
Record
SN03862561-W 20150831/150829233439-b6889df4a8aa7458c11c15f2f712a984 (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.