SOLICITATION NOTICE
T -- Photo Film Processing 35mmm & 16mm
- Notice Date
- 9/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 812921
— Photofinishing Laboratories (except One-Hour)
- 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
- W81R8T6275RM43
- Response Due
- 9/26/2006
- Archive Date
- 11/25/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation (CSS) 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. Quot es are being requested and a written solicitation will not be issued. This requirement is being issued under FAR Part 13, Simplified Acquisition Procedures, as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and claus es are those in effect through Federal Acquisition Circular (FAC) 2005-12 (04Aug06) and Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN20060908 edition. This requirement is issued as a 100% small bus iness set-aside. The North American Industry Classification System (NAICS) code is 812921 with a size standard of $6.5 million. The United States Army Yuma Proving Ground (USAYPG) has a requirement for film processing services for a 6 month base period wi th one 3 month option period. The contract shall consist of two Contract Line Item Numbers (CLINS) as follows: CLIN 0001 Film Processing Services - Base Period 01 Oct 2006 31 Mar 2007; Unit of Issue Month; Quantity 6. CLIN 0002 Film Processing S ervices - Option Period 01 Apr 2007 30 June 2007; Unit of Issue Month; Quantity 3. Film formats include 16 mm color and 35 mm color. The requirement also includes reversal and positive contact printing of 16mm color, 35mm color, 16mm black and whit e, 35mm black and white, still film processing and printing services of E-6, color negative C-41 and black and white. Pickup and delivery services for this requirement include 4 hour, 8 hour, 24 hour, over-night and weekend services. We are seeking a fir m fixed price contract payble on a monthly basis. History of film processing last year for the USAYPG for the 35mm was approximately 47,000 feet and for 16mm was approximately 9,700 feet. Offerors are required to provide present and past performance info rmation to include company name, address, telephone number and point of contact of at least two references (contracts, customers, etc) for which you have provided the same or similar services. Government Visa Payment Card is the preferred method of paymen t. Quotes shall be clearly marked with W81R8T6275RM43 Film Processing Services and emailed to dale.neal@yuma.army.mil or via facsimile (928) 328-6849 no later than 3:00 P.M Mountain Standard Time (MST) 26 September 2006. Offerors who fail to furnish the r equired representations or information as required by 52.212-1 and 52.212-3 cited below, or reject terms and conditions 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 (Jan 2006); FAR 52.212-2, Evaluation Commercial Items (Jan 1999) Note: Award will be made on a best value basis and the Government reserves the right to award to other than l ow offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability to meet the requirements of the Government ii) past performance, and iii) price.; 52.212-3 Offeror Representations and Certifications Commercial Items (Jun 2006 ) Alt I (Apr 2002); FAR 52.212-4, Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items (Sep 2005) and included by addendum are FAR 52.217-8 Option to Extend Services (Nov 1999), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) and FAR 52.232-18 Availability of Funds (Apr 1984); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2006) and specifically FAR 52.222-3 Convict Labor (J une 2003), FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35, Affirmative Action for Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001), 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999), FAR 52.222-41 Service Contract Act of 1965 as amended (Jul 2005), Note: the wage determination applicable to this requirement is 05-2028 (Rev 2) dated 09/07/2006 which is available as an attachment to this CSS and can also be viewed at http://www.yuma.army.mil/contracting, FAR 52.222- 42 Statement of Equivalent Rates for Federal Hires (May 1989), FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) (May 1989); DFARS 252.212-7001 Contract Terms and Conditions Required to Im plement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2006) and specifically 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act--Balance of Payments (Jun 2006), 252.232-7003 Elect ronic Submission of Payment Requests (May 2006), 252.243-7002, Requests for Equitable Adjustments (Mar 1998) and 252-247-7023 Transportation of Supplies by Sea (May 2002) Alt III (May 2002). The Representations and Certifications required for this solicit ation must be completed and submitted with your solicitation bid. Note: In order to complete the Representation and Certifications you must go the Air Force Web Site at http://farsite.mhill.af.mil/VFFAR1.HTM, an alternate web site is www.arnet.gov/far/ use Current FAR in HTML or PDF format. Locate the referenced clauses, copy and paste it to a Word document and complete or the Representations and Certifications may be completed online at the ORCA website at https://orca.bpn.gov - If the Representation and C ertifications are completed on the ORCA website, only paragraph (j) of 52.212-3 needs to be submitted with your proposal. After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, pho ne number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments. See Note 1.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN01150993-W 20060923/060921221338 (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 |