SOLICITATION NOTICE
V -- Tejae Craig- Contract Specialist Tele: 928-328-6903 Email: Tejae.Craig@yuma.army.mil Cynthia Ford- Contracting Officer Tele: 928-328-6348 Email: Cyndi.Ford@yuma.army.mil
- Notice Date
- 7/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 561613
— Armored Car Services
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-05-T-0047
- Response Due
- 7/18/2005
- Archive Date
- 9/16/2005
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 1.6, as supplemented with additional information included in this notice. This announcement c onstitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Government Visa Credit Card or Government Visa Checks is the preferred method of payment. This requirement is for Armored Car Courier Services fr om Yuma, Arizona to United States Army Yuma Proving Ground, (USAYPG) Building CU50 to the Armed Forces Bank located at Thomas and Hart Street, Marine Corps Air Station (MCAS) in Yuma Arizona. The service is required three (3) times a week Monday, Thursday and Friday except Federal Holidays. The service shall consist of pickup of one pouch from USAYPG, delivery of pouch to Armed Forces Bank, MCAS and pickup of one pouch, which will remain in your custody until the next scheduled pickup at USAYPG. The pouc h picked up at Armed Forces Bank will be delivered to USAYPG on the next scheduled pickup and the cycle will start again. The pick up and delivery time shall be between the hours of 11:00 and 11:15 AM Mountain Standard Time (MST) and delivery to MCAS prio r to 1:30 PM MST. No earlier or later times will be acceptable. The Contractor shall provide all pouches, be licensed, bonded and assume full liability for the contents of each pouch picked up or delivered in performance of this contract. This contrac t will consist of Contract Line Item Number (CLIN) 0001 awarded for a base period of 01 Oct 05 thru 30 Sep 06. There will be four (1) year option periods consisting of CLIN 1001 for FY07 option, 2001 for FY08 option, 3001 for FY09, and 4001 for FY10. The Standard Industrial Code for this service is 7381 and the North American Industry Classification System (NAICS) code is 561613 with a size standard of $10.5 million. The Government will award a contract resulting from this CSS to the responsible Offeror w hose proposal conforming to this CSS will be most advantageous to the Government. The Government will evaluate licensing, bonding, past performance and price to determine the successful Offeror. Each Offeror shall provide a copy of their license and bond ing information and past performance for the past three years on other contracts for the same or similar services in accordance with FAR 52.212-1, Instructions to Offerors Commercial Items. This announcement will be posted on the US Army Contracting Agenc y (ACA) Northern Region Directorate of Contracting Yuma web site at http://www.yuma.army.mil/contracting/ for review. All offerors must be registered in the Central Contractors Registration (CCR). The hyperlink and website for CCR is provided on our web page. This requirement is currently subject to availability of fiscal year 2006 funds in accordance with FAR clause 52.232-18. All quotes shall be clearly marked with the solicitation number W9124R-05-T-0047 and emailed to Tejae.Craig@yuma.army.mil or f ax (928) 328-6849 no later than 12:00 PM Mountain Standard Time on July 18, 2005 . Offerors that fail to furnish required representations of information as required by FAR 52.212-1, 52.212-3, and 242.212-7001 cited below, or reject the terms and condition s of this CSS may be excluded from consideration. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items, FAR provision 52.212-3, Offeror Repr esentations and Certifications Commercial Items. Note: In order to complete the Representation and Certifications and review the clauses in this solicitation you must go to the Air Force web site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the refer enced clause, copy and paste it to a word document and complete. FAR clause 52.212-4, Contract Terms and Condition Commercial Items applies to this acquisitio n, specifically addendum FAR clause 52.232-18, Availability of Funds. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items specifically, 52.222-21, Prohibition of Segregated Facilities, 52.2 22-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Ve terans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration, 52.232-36, Paymen t by Third Party, 52.222-41, Fair Labor Standards Act and Service Contract Act . 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. After reviewing the sol icitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00844674-W 20050713/050711212120 (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 |