SOLICITATION NOTICE
54 -- Prefabricated Armory for Weapons Storage.
- Notice Date
- 6/10/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for North Dakota, USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
- ZIP Code
- 58502-5511
- Solicitation Number
- W901UZ08T0020
- Response Due
- 6/17/2008
- Archive Date
- 8/8/2008
- Point of Contact
- Michael Lowe, 701-333-2226
- 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; quotes are being requested and a written solicitation will not be issued. Solicitation W901UZ-08-T-0020 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25, Effective 22 April 2008 and DFARS Current to DCN 20080331 Edition. This acquisition is 100% set-aside for small business. NAICS Codes - 332311. Size standards are 500 employees. This RFQ has one (1) line item. A Firm Fixed Price (FFP) type purchase order is anticipated. Item 0001 is a Prefabricated Armory. All structures quoted must include shipping and set-up. All structures quoted must meet or exceed all specifications of the ARMAG Prefabricated Armory part number 240120120-A including NSWC Specification 3046-93-2, DOD 5100.76M, AR 190-11, and Optnavinst 5530.13C. This structure will be used to store weapons and/or ammunition so specifications must be strickly followed to ensure they meet DOD specifications to store materials such as this. The Ship To Location is North Dakota Army National Guard, 136 CSSB, 4417 Highway 20 BLDG 2280, Devils Lake, ND 58301-8500. Delivery is required within 16 weeks from date of award. The Contracting Officer will evaluate products on the basis of the evaluation factors listed in this solicitation and the information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. Include manufacturers name, model number, and specifications in your quote. In accordance with FAR clause 52.212-2, Evaluation Commercial Items, evaluation will be based on the overall best value for the government. Offers will be evaluated using the following evaluation factors, technically acceptable, price and delivery time. The contract will be awarded to the offeror that provides the best value to the government. A copy of FAR clause 52.212-3 with Alt I, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. A copy is is available at http://www.arnet.gov/far/. The clause 52.212-4, Contract Terms and Conditions -- Commercial Items is applicable to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items is applicable to this acquisition. The following additional contract requirement(s) or terms and conditions are applicable to this acquisition: The following FAR Provisions and Clauses apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial 52.212-2, Evaluation Factors (The evaluation factors for the fill-in portion are price, technical, and delivery.) 52.212-3, Contractor Representations and Certifications 52.225-13, Restrictions on Certain Foreign Purchases 52.204-6, Data Universal Numbering System (DUNS) Number 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items FAR 52.225-1, Buy American Act-Supplies The following DFARS Clauses apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items 252.204-7004, Required Central Contractor Registration 252.225-7001, Buy American Act and Balance of Payments Program Copies of all provisions and clauses, including Representations and Certifications, are available at http://www.arnet.gov/far/. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov; Quotes are due no later than 1:00 PM, EST on Monday, 17 June 2008. No special format or form is required for your quote. Questions regarding this solicitation can be directed to CPT Mike Lowe at michael.lowe1@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=44d6919c23210153313e5a451e9fd768&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
- Zip Code: 58502-5511
- Zip Code: 58502-5511
- Record
- SN01590277-W 20080612/080610221505-44d6919c23210153313e5a451e9fd768 (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 |