Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2007 FBO #1998
SOLICITATION NOTICE

54 -- Prefabricated Armory Vaults

Notice Date
5/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-T-0049
 
Response Due
7/15/2007
 
Archive Date
9/13/2007
 
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 solicitation is issued as a Request for Quotation (RFQ). The North American Industrial Classification System Code (NAICS) is 332999 and the size standard is 500 employees. This will b e procured as a small business set-aside. Any brand names or trade names used in the RFQ specifications are for the purpose of describing and establishing standards of quality and performance and characteristics desired. Such brand names or trade names ar e not intended to limit or restrict competition. Interested parties may submit a quote for products substantially equivalent to those specified unless the RFQ expressly provides that only a particular brand or product is acceptable. All proposed brand, or product, substitutions shall be subject to review and approval; full specifications of substitutes are required to be submitted with the quotation. The pricing must be quoted as follows: CLIN; Quantity; Units; Unit Price; Total Price; Example: 0001; 2; Each; $; $. Contract Line Item (CLIN) 0001- 2 each- Prefabricated Armory Vault. Primary use is for weapons and sensitive items storage. Must meet all requirements of Army Regulation 190-11. Must be one solid unit and re-locatable. Specifications: 6-side d, completely assembled, self-contained, completely insulated, and weather resistant with no additional structure needed for weatherization; Dutch-style door with a day gate and UL Standard 768, Group 1, GSA Approved Mechanical Combination Lock; Complete H VAC system including Heat, AC, and DeHumidifier; Complete electrical system including interior lighting, 4 each 8' fluorescent light fixtures with a switch, exterior lighting, exterior 100 watt metal halide fixture on each side, and interior outlets every 6' on the walls; Main panel is 120/240VAC 20 space with a main breaker; Painted Off-White Interior; Painted Desert Tan Exterior; Physical dimensions: 256 x 114 x 96 with a minimum of 211 square feet of interior vault space. The door must be located on dimension 114 with the utility connection located to the right of the door on the exterior of the same wall. Reference attached Concrete Pad Specifications. The vault must be compatible with existing concrete pad. Must be delivered to Fort Drum, NY. S uggested manufacturer-Armag, Suggested Model 306136114A . Offerors can view and download all of the referenced Provisions and Clauses at the following Internet address: http://farsite.hill.af.mil/ Current to Fac 2005-14, Effective 22 Nov 2006. The followin g Clauses and Provisions apply to this acquisition: The FA R Provision at 52.252-1, Solicitation Provisions Incorporated by Reference and the FAR Clause 52.252-2, Clauses Incorporated by Reference, apply to this acquisition. The FAR Clauses at 52.204-7 -- Central Contractor Registration(CCR), (interested parties are required to be registered in the CCR database which is located at the following internet address: http://www.bpn.gov.), the FAR Provision 52.204-8 Annual Representation and Certification (intere sted parties are required to input their Representations and Certifications into the online representations and certifications application (ORCA) database which is located at the following internet address: http://www.bpn.gov.). The FAR Provisions at 52.21 1-6 Brand Name or Equal, 52.212-1 Instructions to Offerors, 52.212-2 - Evaluation-Commercial Items (the following factors shall be used to evaluate offers: 1. Ability of item specifications to meet or exceed the governments minimum needs, 2. Item quality, 3. Price); 52.212-3 Offeror Representations and Certifications. The FAR Clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contra ct Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR Clauses cited within 52.212-5 are applicable to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 5 2.225-13, and 52.232-33. The DFAR Clause at 252.204-7004, DFAR Provision 252.212-7000 Offeror Representations and Certifications--Commercial Items, DFAR Clause 252.232-7010, Levies on Contract Payments, and DFAR Clause 252.212-7001, Contract Terms and Cond itions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition (Current to DCN 20061201 Edition). The following DFAR Clauses cited within 252.212-7001 are applicable to this acquisition: 252.225-7001, 252.232-7003, and 252.247-7023. All offers are due to Directorate of Contracting, BLDG T-45 West Street, Fort Drum, New York 13602, NLT 22 MAY-2007 at 1200 hours. The bidder must include the solicitation number on each page of the offers. Quotes may be supplied via fax at 315-772-8277 or via e-mail at rebecca.ruff1@us.army.mil. Note: Completion of the CCR and ORCA are mandatory requirements for award, failure of interested parties to complete these requirements will be deemed to be non-responsive and thereby make them in eligible for award. Offerors must fill in required sections of FAR Provision 52.204-8 and DFAR Provision 252.212-7000 return it with their offer. Please visit our local posting of this combined synopsis/solicitation to view the attachments at: http://www.d rum.army.mil/sites/directorates/doc-solicitations.asp Point of Contact Rebecca Ruff, 315-772-5441 E-mail your questions to ACA, Fort Drum at rebecca.ruff1@us.army.mil
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN01295039-W 20070517/070515221039 (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.