SOLICITATION NOTICE
54 -- Mow-Way Prefabricated Shower Trailers
- Notice Date
- 5/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L-07-T-0061
- Response Due
- 6/8/2007
- Archive Date
- 8/7/2007
- 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. POINT OF CONTACT: Vicki Highsmith, Contract Specialist, PH: 580-442-4604 or e-mail patricia.highsmith@conus.army.mil This Solicitation W9124L-07-T-0061 is a Request for Quote (RFQ) for Mow-Way Shower Trailers in accordance with the Governments requirement. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-16, Effective 22 March 2007 Notice of Total Small Business Set-Aside. Offers/bids are solicited from small business concerns. Offers/bids received from other than small business concerns shall be considered nonresponsive and will be rejected. The associated NAICS code is 236220, s ic code is 5410 and size standard is $31 million. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. The following non-personal services are required: In accordance with (IAW) Performance Work Statement (PWS), Period of Performance 6/11/2007 to 6/25/2007. Please provide quotes in the spaces provided below: CLIN 0001: Mobile Shower Trailer QTY 6 each, (IAW) Scope of Work. Amount: _________ CLIN 0002: Trailer Winterization, QTY 6 each, (IAW) Scope of Work. Amount: __________ CLIN 0003: Trailer Skirts, QTY 6 each, (IAW) Scope of Work. Amount: __________ CLIN 0004: Water, QTY 6 each, (IAW) Scope of Work Amount: __________ CLIN 0005: Porch Steps, QTY 6 each. Amount: __________ CLIN 0006: Freight/ Delivery to Fort Sill OK. Amount: __________ Attachments stating desired characteristics are available on the Directorate of Contracting Website: http://sill-www.army.mil/doc/. For further information, please view the website or email patricia.highsmith@conus.army.mil. The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration 52.212-1, Instruction to Offeror(s) -- Commercial items. The following provision and clause also apply and provides websites for information purpo ses: 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses: www.arnet.gov/far, http://farsite.hill.af.mil. FAR 52.212-2, Evaluation- Commercial Items. Evaluation -- Commercial Items (Jan 199 9). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performanc e, when combined, is equal to the relative importance of all other evaluation factors. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice o f withdrawal is received before award. Offeror(s) are to include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. 52.212-4, Contract Terms and Conditions-Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., pa st performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Offeror(s) are to include a completed copy of provision FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items with its offer. Offeror shall provide DUNS number, CAGE CODE number, and TAX-ID number as specified in 252.204-7004, Required Centr al Contractor Registration. FAR Clause 52.212-4 -- Contract Terms and Conditions -- Commercial Items is applicable. The following clause is applicable to this acquisition: FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-6, 52.219-6, 52.2 19-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-9, 52.225-13, 52.232-36, 52.222-41, and 52.222-44. 52.203-5 -- Covenant Against Contingent Fees 52.203-6 -- Restrictions on Subcontractor Sales to the Government 52.203-7 -- Anti-Kickback Procedures 52.204-7 -- Central Contractor Registration In addition, the following DFAR clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisiti on: 52,203-3, 252.225-7001, 252.243-7002, 252.204-7004 Alt a Central Contractor Registration Additional Clarifications and Additional Requirements are applicable to this acquisition: APACHE GATE DELIVERY INFORMATION: All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off Interstate 44, proceed west on highway 49 (approximately ? mile). Entrance to Apache Gate is on the left (south). CONTRACTUAL AUTHORITY: No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. PAYMENTS: In accordance with FAR Clause 52.232-36 Payment by Third Party, incorporated into this contract by reference at paragraph (b) of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial It ems, the following information is furnished: The Government will process payments monthly for services provided under this contract through the Government Purchase Card System. Within 3 working days after the beginning of each month, the Contractor shall submit, simultaneously to the Contracting Officer and to the address in block 15 of the SF 1449, an invoice (one paper copy or an electronic invoice) for the services performed during the preceding month. The invoice shall contain as a minimum the followi ng: name and address of the Contractor; contract number; contract line item number(s) and description in the order shown on the schedule; quantity; unit of measure; unit price and extended price; and the name, title, phone number and e-mail address of the person to notify in the event of discrepancies. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system . The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usua lly occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of services by the Government. Payment may be suspended due to non-conforming supplies/services. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is GSA Smart Pay Purchase Card (GPC) IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or nametag, which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES: The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1. NAME AND ADDRESS. 2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. CLARIFICATION OF THIS SOLICITATION: Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Vicki Highsmith at email patricia.highsmith@conus.army.mil and Lisa Slagle at email lisa.g.slagle@conus.army.mil. Clarifications and/or questions are due 7 June 2007 @ 4pm. Responses t o clarifications and questions will end 8 June 2007 @ 4pm. Sufficient time should be allowed for a reply to reach bidders/offeror before submission of their bids/offers. No phone calls email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES: This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES: If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt by the exact time specified in the RFP, and urgent Government requ irements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the RFP on the first work day on which normal Gov ernment processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD: A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. REGULATIONS: The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other a ppropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees.
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Country: US
- Zip Code: 73503-0501
- Record
- SN01303541-W 20070527/070525221329 (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 |