COMMERCE BUSINESS DAILY ISSUE OF JULY 13, 2001 PSA #2892
SOLICITATIONS
54 -- EXPLOSIVE STORAGE MAGAZINES
- Notice Date
- July 11, 2001
- Contracting Office
- Department of the Treasury, Bureau of Alcohol, Tobacco and Firearms, Acquisition Division, Room 3290, 650 Massachusetts Ave., NW, Washington, DC 20226
- ZIP Code
- 20226
- Solicitation Number
- 190200000069
- Response Due
- July 23, 2001
- Point of Contact
- Brian WIlkins, 202/927-7715, Fax 202/927-8688
- Description
- 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; quotations are being requested and a written solicitation will not be issued. The solicitation documents and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This requirement is a 100% small business set-aside. Responses will be accepted only from qualified small businesses under North American Industry Classification System (NAICS) code 332312, the applicable Small Business Size Standard is 500 employees. The following items are to be procured on a firm fixed price contract basis, the purchase of Explosive Storage Magazines. Desired delivery schedule is 60 days following contract award. The contract line items numbers and descriptions are: Item 0001: Qty 1 each -- 12'x8'x8' type 2 class ABC, 3" lined magazine with 30"x30"x30" type 2, class ABC, 3" lined magazine attached. 4 padlocks (keyed alike). NFPA ground kit, Lightning protection kit (including ground kit). Shipping instructions for Item 0001 -- FOB Origin to Denver, CO. Item 0002: 12'x8'x8' type 2 class ABC, 3" lined magazine with center divider wall, 2 single doors with 30"x30"x30" type 2, class ABC, 3 " lined cap boxes at each end. 2 rows non-sparking shelving at each compartments back wall, 8 padlocks (keyed alike), lightning protections kit. Shipping instructions for Item 0002 -- FOB Origin to Leesburg, VA. Item 0003: 5'x4'x7' type 2, class ABC, 3" lined magazine with a 30"x30"x30" type 2, class ABC, 3" lined attached cap box. 4 padlocks (keyed alike), 1 NFPA ground kit, 1 lightning protection kit, non-sparking shelf on back wall. Shipping instructions for Item 0003 -- FOB Origin to Pittsburgh, PA. Item 0004: 5'x4'x7' type 2 class ABC, 3" lined magazine with attached 30"x30"x30" type 2, class ABC, 3' lined cap box attached, lightning protection kit, 2 each 24" non-sparking shelves, and 4 padlocks (keyed alike). Shipping instruction for Item 0004 -- FOB Origin to Columbus, OH. The above Type 2 Magazines must meet or exceed all ATF standards (see 27 CFR 55.208). The following provisions are applicable to this acquisition: (a) FAR 52.212-1, Instructions to Offerors-Commercial, (b) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (c) FAR 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items, The provision at FAR 52.212-2 Evaluation-Commercial Items applies to this acquisition. Evaluation factors in declining order of importance are as follows; (1) Technical Quality (2) Past Performance and (3) Cost. Technical Quality and Past Performance combined are more important than cost. Award will be made utilizing the simplified acquisition procedures under FAR Part 13. Awardee must complete a SF-3381 ACH Vendor/Miscellaneous Payment Enrollment form, for payment via electronic funds transfer. Award will be based on meeting the technical specifications listed above, on an ALL or None basis, and the Best Value to the Government. The Government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. technical quality and past performance) are superior. A "premium" is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a Technical Quality and/or Past Performance standpoint. The written quoted must include price, best delivery time and product literature that list specifications. Quotes shall be submitted to Bureau of Alcohol, Tobacco and Firearms, 650 Massachusetts Avenue, NW Room 3290, Washington, DC 20226 no later than July 23, 2001, 3:00PM (Washington, DC local time). Quotes maybe faxed to 202/927-8688 or mailed. Questions concerning this procurement should be addressed to Brian Wilkins, Contracting Officer, e-mail bkwilkins@atfhq.atf.treas.gov.
- Record
- Loren Data Corp. 20010713/54SOL002.HTM (W-192 SN50R4N2)
| 54 - Prefabricated Structures and Scaffolding Index
|
Issue Index |
Created on July 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|