SOLICITATION NOTICE
35 -- Ductwork and Ductwork Accessories, Diffusers, Registers and Grills, IAW with building Plans.
- Notice Date
- 8/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 332322
— Sheet Metal Work Manufacturing
- Contracting Office
- ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
- ZIP Code
- 78234-7517
- Solicitation Number
- W912CL07T0029
- Response Due
- 8/29/2007
- Archive Date
- 10/28/2007
- 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 is combined synopsis/solicitation number W912CL-07-t-0029 issued on 20 August 2007 for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (F AR) 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. Solicitation W912CL-07-T-0029 is issu ed as a Request for Quote (RFQ). The solicitation document and FAR incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11, and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DC N) 20060711. This acquisition is set aside 100% for small businesses; the NAICS Code is 332322 and the Small Business Size Standard is 1,000 employees. Army Contracting Agency-The Americas, Mission Support Division has a requirement for Pre-Fabricarted Du ctwork In accordance with the project plans. A copy can be acquired from steven.beckman1@us.army.mil. List of Required Items: Metal Flanges, pre-insulated supply and return ductwork, pre-insulated flex duct, transitions, including from the Air Handling Uni ts, to the required building elevation, all supply and return diffusers (2X2), all collars for difussers and the duct, all butterfly dampers attached t othe supply and return diffusers, all 2 metal straps to hang the system from the metal frame building . Place of delivery for acceptance and FOB point will be Transatlantic Lines, LLLC, GTMO Expediter, Ms Candace Keller, 904-751-8886, Blount Island Terminal 8998 Blount Island Blvd, Jacksonville, Fl. 32226. the provision at FAR 52.212-2, Evaluation of Comm ercial Items (Jan 1999), applies to this acquisition; the Government will award a purchase order resulting from this solicitation to the responsible offeror(s) whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers; In descending order of importance: (i) Price, (ii) Technical: Quoted products must conform to the project plans, (iii) ability to meet a delivery date not to exceed 75 days after receipt of order. Offeror shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications Commercial Items (June 2006), with each offer along with FAR 52.212-3 (Deviation) (Apr 2002). The clause at FAR 52.2 12-4, Contract Terms and Conditions (Sept 2005) Commercial Items applies to this acquisition; the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2006) blocks (5) (14) (15) (16 ) (17) (18) (19) (20) (26) and (33) apply, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2006) (Deviations). ADDITIONAL CONTRACT REQUIREMENTS: 52.252-1, Solicitation provisions incorp orated by reference; 52.252-2, Clauses incorporated by reference; 52.211-6, Brand Name or Equal. The following DFAR Clauses also apply to this solicitation: 252.212-7000, Offeror Representations and CertificationsCommercial Items (June 2005); 252.212-700 1, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions of Commercial Items (July 2006) 52.203-2 Gratuties and 252-243-7002 Request for Equitable Adjustment apply. 252.232-7010, Levies on Con tract Payments. The payment method for this purchase will be the Government Purchase Card (GPC) FULL TEXT OF THESE PROVISIONS AND CLAUSES MAY BE OBTAINED BY ACC ESSING THE LISTED INTERNET WEBSITES: or http://www.acqnet.gov/far/. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. Numbered note 1 applies. Signed and dated offers (quotes), to include a complete li sting of all items, must be submitted to SFCA-TA-MSC, 2450 Stanley Road, Ft Sam Houston, TX. 78234-6102 no later than 1000 hrs, 25 August 2006. Copy of project drawings/Statement of Work can be acquired by email request to the contracting officer. Offer s may be submitted via mail, facsimile, or e-mail. (xvii) POC: Steven Beckman at 210-295-6099, Fax 210-295-6834 or email at steven.beckman@samhouston.army.mil Points of Contact Steven Beckman, Contracting Officer, Phone 210-295-6099, Fax 210-295-6834 Email steven.beckman@samhouston.army.mil, cc: steven.beckman1@us.army.mil
- Place of Performance
- Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
- Zip Code: 78234-7517
- Country: US
- Zip Code: 78234-7517
- Record
- SN01378513-W 20070822/070820221428 (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 |