SOLICITATION NOTICE
59 -- FURNISH AND INSTALL CHAIN LINK FENCE AND GATES
- Notice Date
- 5/7/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, Yuma Contracting Division, ATTN: AMSSB-ACY, Building 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- DATM07-02-R-0021
- Response Due
- 5/21/2002
- Archive Date
- 6/20/2002
- Point of Contact
- Taz Versteeg, 928-328-6354
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Yuma Contracting Division
(taz.versteeg@yuma.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12?Acquisition of Commercial Items and Part 13-Simplified Acquisition Procedures, as supplemented with additio nal information included in this notice. This announcement constitutes the only solicitation for a Request for Proposal (RFP) and a written solicitation will not be issued. This requirement is being issued as a 100% Small Business Set-Aside. The solicita tion document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-04 effective 08 Feb 2002 & Class Deviation 2002-00002 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 Edition, cur rent to DCN 20020129. It is anticipated that payment will be made by Government VISA Credit Card. The North American Industry Classification System (NAICS) is 332323 with a size standard of 500 employees. The contractor?s proposal shall consist of one Con tract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Lot, Description: FURNISH AND INSTALL CHAIN LINK FENCE AND GATES AT THE KOFA FIRING RANGE (KFR) ADMINISTRATIVE AREA LOCATED AT KFR, USAYPG YUMA AZ, in accordance with the Performance Specifica tions and Drawings which are located at the following website www.yuma.army.mil/contracting/rfp.html for review/printing (Note: The 3 drawings are formatted as JPEG). All proposals shall be clearly marked with RFP number DATM07-02-R-0021 and emailed to Ta z.Versteeg@yuma.army.mil no later than 3:00 PM MST, MAY 21, 2002. Site visit will be held on 13 May 2002, at 8:00 a.m. Contracting Division Building 2100 Room 8 YPG Yuma Az, to ascertain conditions and dimensions affecting the work, as the Contractor is re sponsible for verification of all dimensions. Wash location distances shall be verified during the site visit. This will be the only site visit coordinated no other site visits will be coordinated through Government Contracting. In addition all technical q uestions concerning this requirement must be emailed to Taz.Versteeg@yuma.army.mil on or before May 16, 2002. Offers that fail to furnish required representations or technical information as required by FAR 52.212-1 cited below or reject the terms and con ditions of this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous (Best Value) to the Government based on brand na me or equal, schedule and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision Brand Name or Equal 52. 211-6(Aug 1999) (52.212-1 Instruction to Offerors?Commercial Items (Oct 2000). N OTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffar1.htm, locate the referenced clause, copy and paste it to a Word document and complete. FAR provision 52.212-3 Offeror Representations and Certifications (Feb 2002) with Alternate III (Oct 2000) and DFARs 252.212-7000 Offer Representations and Certifications-Commercial Items (Nov 1995) apply to this acquisition. FAR clause 52.212- 4 Contract Terms and Conditions?Commercial Items (Dec 2001) applies to this acquisition, and specifically addendum, 52.247-34 FOB Destination (Nov 1991). FAR clause 52.212-2 Evaluation-Commercial Items (Feb 2002) applies to this acquisition. Paragraph a. of this provision is completed as follows: Award will be made on a Best value basis. Your proposal shall be reviewed first to ensure compliance with the performance specifications. If determined responsive, the following additional evaluation factors shal l be applied to determine Best value. Factor 1: Brand Name or Equal for Electric Gates: AutoGate Vertical Pivot Lift (VPL-24z), Manufacture AutoGate, 7306 Drive r Road, P.O. Box 50, Berlin Heights, Ohio 44814 (800-944-4283 Fax 419-588-3514) www.autogate.com. The criteria to be considered for award, offers of equal products, including equal products of the brand name manufacturer, must- (1) Meet the salient phy sical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear referen ce to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive mate rial to clearly show the modification. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. Factor 2: Completion: The second is completion of project. A proposed schedule plan must be submitted with your proposal. The project shall be complete within eight weeks after receipt of award. Factor 3: The third Best value criteria is cost. Award may be made to other than low offeror, based on the best value criteria set-forth above. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Aug 2000) applies to this acquisition, and specifically 52.203-6 Restrictions on Subcontract or Sales to the Government, with Alternate I (JUL 1995), 52.219-8 Utilization of Small Business Subcontracting Plan (OCT 1999), 52.219-14 Limitations on Subcontracting (DEC 1996), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal O pportunity (FEB 1999), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001), 52.222-19 Child Labor?Cooperation with Authorities and Remedies (DEC 2001), 52.232-33 Payment by Electronics Funds Transfer-Central Contract Registration (MAY 1999), 52.232-34 Payment by EFT-Other than CCR (May 1999), FAR 52.232 -36 Payment by Third Party (May 1999). DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001) applies to this acquisition, and specifically 252.225-7036 Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payments Program (Mar 1998). If you plan on participating in this acquisition you are required to provide your name, address, phone number and e-mail address to the e-mail address provided herein for notification of amendments. Your proposal must indicate whether you will accept payment by VISA, state warranty terms and conditions and time of delivery, which is not to exceed 8 weeks. See Note 1.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Yuma Contracting Division ATTN: AMSSB-ACY, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00072989-W 20020509/020507213403 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |