SOLICITATION NOTICE
78 -- Provide and install Playground Equipment in full compliance with the ADA and playground industry.
- Notice Date
- 8/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423910
— Sporting and Recreational Goods and Supplies Merchant Wholesalers
- Contracting Office
- ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124707T0083
- Response Due
- 9/14/2007
- Archive Date
- 11/13/2007
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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; quote s are being requested and a written solicitation will not be issued. (ii) The Solicitation document W91247-07-T-0083 is issued as a Request for Quote (RFQ) for Playground Equipment in compliance with the ADA and playground industry. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-18, effective June 30, 2007. (iv) Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns shall be considered nonresponsive and will be rejected. The associated NAICS code is 423910, SIC co de 3949 and size standard is 100 employees. This solicitation is issued under FAR Part 13.5, Test Program For Certain Commercial Items. (v) This requirement is to provide and install Playground Equipment. The area of the site where the playground equipment will be installed is approximately 150 ft x 150 ft. The area shall be prepared/graded and resurfaced to be in full compliance with AD A, playground industry and meet the Boundless Playground requirement. Loose fill, like engineered wood fiber, can also be used in areas to minimize the severity of the impact of a fall. The play area shall have hard pathways to and through the playgrou nd benches. Universal design practices and child development theories in design shall be incorporated. The equipment shall be developmentally appropriate, and the configuration shall be barrier-free, to support children regardless of their ability. The model shall include a layout of safety surfacing that allows inclusion in the completed play environment. The environment shall support manipulative play, movement/sensory elements and activity zones. Other specifications are as follows: a. Capacity: 80-100 children b. Age level: 2-12 years old c. Accomodations for wheelchairs and walking sticks d. Composite play structure e. Independent play items f. Minimum of 4 play platforms, each play platform shall have three play choices for all children g. Minimum of 2 swings, which shall provide high back support and arm rests shall be included with unitary rubber surfacing provided up to and below the swing h. Minimum of one straight slide and one tunnel slide. i. Minimum of 2 3 benches, for parents to sit alongside. (vi) The requirement shall be Firm Fixed Price. (vii) Delivery: As soon as possible, but no later than 30 days after award. Ship to: Victoria Maldonado, Bldg 1-3346 Randolph Rd, Fort Bragg, NC 28310-5000. If desired delivery is not obtainable, please indicate so and provide estimated delivery time wit h quote. (viii) The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil); FAR 52.237-1, Site Visit; Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. (ix) The following clauses apply to this acquisition: FAR 52.000-4004, Federal Holidays; FAR 52.000-4005, Invoices (see paragraph below); FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required t o Implement Statutes or Executive Orders Commercial Items; FAR 52.204-7, Central Contractor Registration, FAR Clause 52.252-2, Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil); DFARS 252.204-7004, Central Contractors Regist ration Alternate A, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7002, Qualifying Country Sources. a. FAR 52.000-4005, Invoices. Electronic invoicing is mandatory in accordance with DFARS 252.232-7003. For electronic commerce information pertaining to DFAS web invoicing (WinS), which enables the current paper based vendors to submit invoices electroni cally, at little or no cost, visit the following DFAS web site: http://www.dfas.mil/ecedi. TO ACCESS PAYMENT STATUS ELECTRONICALLY: www.dod.mil/dfas/. Payment will be made by: Defense Finance and Accounting Services (DFAS), Vendor Pay, Department 3800, 8 899 E 56th Street, Indianapolis, IN 46249-3800. Payment will not be made under this contract until all items have been received. b. Applicable clauses under FAR 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.22 2-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietna m Era, and Other Eligible Veterans; 52.222-36; Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Right s Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. c. Applicable clauses under DFARS 252.212-7001: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.24 3-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. (x) ACCOUNTING FOR CONTRACT SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontracto r manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1 ) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number , email address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors); (7) Total payments (including sub-contac tors); (8) Predominate Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identif ication Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information; (11) Locations where contractor and sub-contractors performed the work ( specific zip code in the United States and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; (13) Number of contractor and sub-contractor em ployees employed in theater this reporting period ( by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the databa se server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The spe cific format for the XML direct transfer may be downloaded from the website. (xi) APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 4) dated 5/29/2007. A copy of this Wage Determination can be found at http://www.wdol.go v. (xii) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Hourly Wage: 23470 Laborer, $11.50. (xiii) SITE VISIT ARRANGEMENTS. An organized site visit has been arranged for anyone wishing to inspect the site where the services are to be performed. The site visit will be on Thursday, August 30, 2007 at 1:00 pm local time. Anyone wishing to visit t he site should do so at this time. Those persons interested in attending the site should be at the Directorate of Contracting, Bldg 1-1333 Macomb and Armistead, Fort Bragg, NC no later than 12:45 pm local time. Electronic notification of attendance must be received no later than 1:00 pm on Wednesday, August 29, 2007. Point of contact is Stephanie Murphree, (910) 907-5101, stephanie.murphree@conus.army.mil. (xiv) Submission of quotes shall be forwarded by Friday, September 14, 2007 at 12:00 pm local time. Point of contact for this Combined Synopsis/Solicitation is Stephanie Murphree, Contract Specialist, PH: 910-907-5101 or email stephanie.murphree@conus.arm y.mil. A formatted copy of this combined synopsis/solicitation can be provided, please request via email.
- Place of Performance
- Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Country: US
- Zip Code: 28310-5000
- Record
- SN01381330-W 20070824/070822221812 (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 |