SOLICITATION NOTICE
78 -- The USPFO for UTAH requires two (2) 24’ mobile climbing walls with attached trailer - (Draft)
- Notice Date
- 2/9/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713940
— Fitness and Recreational Sports Centers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W90QUW62850001
- Archive Date
- 3/11/2017
- Point of Contact
- Joseph H. Petersen, Phone: 801-432-4460, Carlos M Ledezma, Phone: 8014324094
- E-Mail Address
-
joseph.h.petersen.mil@mail.mil, carlos.m.ledezma.civ@mail.mil
(joseph.h.petersen.mil@mail.mil, carlos.m.ledezma.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sample design The solicitation number is W90QUW62850001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 452990 with a small business size standard of 500 employees. This requirement is a Small Business set-aside and only qualified offerors may submit bids. The USPFO for UTAH requires two (2) 24' mobile climbing walls with attached trailer, to be used at recruiting events to attract potential recruits to speak with recruiters. These walls will have multiple distinctive non-rock style climbing surfaces, with custom coloring and pattern (to be coordinated with the customer) prominently displaying National Guard logos. Vendors will submit designs with their quotations. LINE 001 Two (2) 24' mobile climbing walls with attached trailer meeting the following minimum requirements. •Allows 3 or more climbers at a time •24′ (7.3M) Tall •3 distinctive non-rock style climbing faces •Weather resistant in custom colors and pattern (coordinated with customer) •Dual axle bumper-pull style trailer with electric brakes •Powder coat on steel, in custom colors and pattern (coordinated with customer) •Hydraulic lift system to stand wall in place •Quick set-up time •3 Auto-Belay safety systems •35 mph wind rating •Hydraulic lift for easy and quick setup / take-down •1 year warranty •Made in the USA The contract type for this procurement will be a firm-fixed price, award will be made based on trade-offs to provide best value to the Government. Factors of determined are: first quality, second originality of design, and third price. Quotes are due NLT 7:00 am MST 24 FEB 2017 to include shipping and installation costs to 84065, expected delivery date, DUNS Number, Cage Code, Tax ID and business size. Quotes may be mailed to: USPFO for Utah, Attention: Joseph Petersen, 12953 South Minuteman Drive, Draper, Utah 84020-9286 or e-mailed to joseph.h.petersen.mil@mail.mil; facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vffara.htm and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vfdfara.htm. The clauses are to remain in full force in any resultant contract. Response from vendors is required, if applicable, to the following: FAR 52.204-2 Alt II Security Requirements FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-2 Evaluation--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate 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. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (b) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; (c) FAR 52.219-28 Post-Award Small Business Program Representation; (d) FAR 52.222-3 Convict Labor; (e) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (f) FAR 52.222-21 Prohibition of Segregated Facilities; (g) FAR 52.222-26 Equal Opportunity; (h) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (i) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; (j) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (k) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration; FAR 52.219-6 Notice of Small Business Set-Aside FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law For Breach Of Contract Claim; FAR 237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (c) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments; DFARS 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments; DFARS 252.232-7010 Levies of Contract Payments; Delivery shall be made within 30 days or less after receipt of order (ARO). SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at https://www.sam.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 days after submission. FOB Destination: USPFO Warehouse, 12953 South Minuteman Drive, Draper, Utah 84020
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90QUW62850001/listing.html)
- Place of Performance
- Address: USPFO Warehouse, 12953 South Minuteman Drive, Draper, Utah, 84020, United States
- Zip Code: 84020
- Zip Code: 84020
- Record
- SN04396986-W 20170211/170209234240-694d629aacf5dc45e766008f6a1cacac (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 |