Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2007 FBO #1980
SOLICITATION NOTICE

54 -- Security Cages

Notice Date
4/27/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q07T0019
 
Response Due
5/4/2007
 
Archive Date
7/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number DAHA22-07-T-0019 is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-16. This solicitation is 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). NAICS is 423840. Small Business Standard is 100 employees. The requirement is as follows: Caging will be constructed of 10 Ga. 2 x 1 wire mesh. All units will be assembled together to form a single 40 x 80 security cage assembly. (1) C age 1 will have three sides made of high security black steel fencing made of sections 4 x 8 foot in length. The total length of the cage is to be 40 feet with the width being 20 feet. The cage will have a door made of the same fencing that is to be 6 fo ot wide by 8 foot high swing out gate with padlock lugs. Cage 1 will be secured to the wall and concrete floor. (2) Cage 2 will be made of the same high security black steel fencing as Cage 1. Cage 2 will measure 20 foot by 40 foot. Cage 2 will have 3 side s and attached to Cage 1. Cage 2 will have a 6 foot wide by 8 foot high swing out gate with padlock lugs. (3) Cage 3 will be made of the same high security black steel fencing as Cage 1 and 2. Cage 3 will measure 20 foot by 40 foot. Cage 3 will have 3 sid es and will be attached to Cage 2 and Cage 4 and 5. Cage 3 will have 6 foot by 8 foot high swing out gate with padlock lugs. (4) Cages 4 will be made of the same high security black steel fencing as Cage 1, 2 and 3. Cage 4 will measure 20 foot by 40 foot but will have a wall installed in the middle to form 2 each 20 foot by 20 foot Cages. Cage 4 will have 3 sides and will be attached to Cage 3 .These Cages will have 6 foot by 8 foot high swing out gates with padlock lugs. All Cages will have ceilings ma de of the same high security materials as the sides, the caging will be welded together, with no other method of fastening used to hold sections together. All units will be assembled to form a single 40 x 80 security cage assembly. All Cages will be sec ured to the concrete floor. The cost should reflect materials and labor to construct and install. POC FOR ADDITIONAL QUESTIONS IS SFC JEFF REVETTE AT 601-558-2943. The following clauses apply: FAR 52-212-1, Instructions to Offerors (Oct 2001);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, (May 2001); the following provisions apply  52.219-6, Notice of Total Small Business Set-Aside;52.222-3, C onvict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era;52.222-36, Affirmative Action for Workers with Disabili ties of the Vietnam Era; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration;52.232-36, Payment by Third Party; 52.219-14, Limitation on Subco ntracting. Additional applicable FAR Clauses; FAR 52.237-2 Protection of Government Building, Equipment, and Vegetation; FAR 52.225-13-Restriction on Certain Foreign Purchases; FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels; FA R 52.222-41 Service Contract Act of 1965; FAR 52.247-34 FOB Destination; FAR 52.212-3, Offeror Representations and Certifications  Commercial Items (May 2001) ; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), to include; 252.225-7001 Buy American Act and Balance of Payments Program. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation. The proposal is due no later than 12:00 AM, May 4, 2007, to USPFO-MS, Attn: Joe H. Smith, P & C, 144 Military Drive, J ackson, MS 39232-8861. Proposals may be emailed to joe.hughie.smith@ng.army.mil or faxed to 601-313-1569. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To regist er on line go to http://www.ccr.gov/.
 
Place of Performance
Address: HQ 154TH RTI 3520 C AVE CAMP SHELBY MS
Zip Code: 39407-5500
Country: US
 
Record
SN01283019-W 20070429/070427221459 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.