SOLICITATION NOTICE
54 -- Military Working Dog Deployment Kennel with Run
- Notice Date
- 2/2/2007
- Notice Type
- Solicitation Notice
- NAICS
- 332618
— Other Fabricated Wire Product Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-W36QZT7025A001
- Response Due
- 2/14/2007
- Archive Date
- 3/31/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subparts 12.6 and 13.3 and supplemented with additional information in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 05-15. Provisions and clauses may be downloaded at http://www.farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is 100% set aside for small business concrns (SBC). The NAICS code is 332618 and the size standard is 500 employees or less. This acquisition will result in a firm fixed price type contract. The contractor shall provide three (3) each military working dog deployment kennels with runs and three (3) each 6K or greater diesel generator kits This is a brand name or equal item, Signature K9 Part number SK-49DKR. The salient characterists include Aluminum construction with stainless steel hardware to minimize corrosion. The kennel shall house all associated equipment during shipment. Shall include four-way fork lift tubes, not less than a 6000 watt diesel generator, 110 volt Air Conditioning Unit with Heat Pump and an in-line 110 volt fan system that works independent of the A/C to provide additional ventilation and airflow. The kennel extension shall operate in such a manner as to easily provide the dog with a larger living space. The living area shall include at least a four piece interlocking deck with non-skid surface for easy removal to sanitize the kennel area. The kennel shall include a locking rear storage compartment and lockable kennel door. The kennel volume in closed position shall be not less than 72 cubic ft. and 122 cubic ft in an extended position. Color shall be Olive Drab or Desert Tan. Place of delivery is HQ, USASOC PBO/PCA, Fort Bragg, North Carolina and delivery is required not less than 30 days following receipt of a written notice of award. The following Federal Acuisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by refeence into this procurement action. FAR 52.204-7, Central Contractor Registration FAR 52.211-8 Alt II, Time of Delivery with the following clauses addenda to paragraph (b), The Government requires delivery to be made not later than 30 days following receipt of a written notice of award. FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a). The Goernment will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the soliciation, will be most advantageous to the Government, price and delivery considered. The following factors shall be used to evaluate offers. (1) Delivery and (1) Price. Delivery. Offers will be evaluated for ability to meet the delivery schedule. Delivery is defined as the capacity and affirmation to conform to, or exceed, the required delivery date (RDD) of this solicitation. Alternate delivery schedules that improve the RDD will be considered. Offerors shall state when they can deliver the items being requested. Price. Offers will be evaluated for price. Prices shall be quoted in accordance with the CLIN(s) as identified in this synopsis/solicitation and will be incorporated into the Schedule of Supplies and Services in the resulting award. Delivery is slightly more important than price. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. 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, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-6, 52-219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.222-3, Convict Labor FAR 52.225-1, Alt I, Buy American Act-Supplies FAR 52.246-2, Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-34, F.o.b. Destination FAR 52.252-2, Clauses Incorported by Reference FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.204-7004, Required Central Contractor Registration, Alt A DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b): 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing number W36QZT7025A001 may be submitted in hard copy via mail or hand-delivered to HQ, USASOC, ATTN: DCSAC, AOCO, 2929 Desert Storm Drive, Fort Bragg, NC 28310; electronically via fax to (910) 432-9345; or e-mailed (preferred) to Sandra Aman at amans@soc.mil. It is the responsibility of the offeror to confirm receipt of responses to this RFQ.
- Place of Performance
- Address: 7th Special Forces Group (A), Fort Bragg, NC
- Zip Code: 28310
- Country: UNITED STATES
- Zip Code: 28310
- Record
- SN01225190-W 20070204/070202222007 (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 |