Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
SOLICITATION NOTICE

99 -- Quantity of three (3) 3ft x 8ft Double Sided Marquee Signs

Notice Date
9/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R08T1110
 
Response Due
9/24/2008
 
Archive Date
11/23/2008
 
Point of Contact
Christina Mokrane, 928-328-3595<br />
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W9124R-08-T-1110 Response Date: September 24, 2008 12:00 PM MST Technical Questions: September 23, 2008 12:00 PM MST This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12.6 and Part 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 dated 17 September 2008 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20080915 edition. This commercial item acquisition is being solicited on an unrestricted basis. The awarded contract will be firm fixed priced. It is anticipated that payment will be made by Government Visa Credit Card. Offeror shall account for any costs associated with accepting credit card payment. The North American Industry Classification System (NAICS) is 339950 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The quotation shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: three (3), Unit of Issue: Each, Description: 3ft x 8ft double sided marquee signs. The Government anticipates award on a lowest price technically acceptable (LPTA) basis. The Combined Synopsis/Solicitation (CSS) Minimum Specifications and Sign Graphic requirements are located at the U.S. Army Mission and Installation Contracting Command Center-Yuma website at: http://www.yuma.army.mil/site_contracting.asp. All quotations shall be clearly marked with Request for Quotation (RFQ) referencing number W9124R-08-T-1110 and e-mailed for sent to the point of contact below no later than September 24, 2008 12:00 PM MST. In addition, all technical questions concerning this requirement must be e-mailed to the point of contact no later than September 23, 2008 at 12:00PM Noon Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (JUN 2008) and FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (JUN 2008) with Alternate I (FEB 2007). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Jun 2008) with Alternate I (FEB 2007) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (June 2005). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) apply to this acquisition, addendas attached are: FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (SEP 2008) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.219-28 Post Award Small Business Program Representation (JUN 2007), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with disabilities (Jun 1998), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.222-50 Combating Trafficking in Persons (Aug 2007), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-36 Payment by Third Party (MAY 1999). FAR Clauses 52.233-3 Protest after Award (Aug 1996) and 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) also apply to this acquisition. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (SEP 2008) applies to this acquisition, 52.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.225-7036 Buy American Act Free Trade Agreements-Balance of Payments Program (MAR 2007) with its Alternate I (OCT 2006), 252.247-7023 Transportation of Supplies by Sea (May 2002) and 252.211-7003 Item Identification and Valuation (Aug 2008). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the POC listed below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=388fa137e115d81e39d9c2787d2e7c01&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01675774-W 20080921/080919220030-388fa137e115d81e39d9c2787d2e7c01 (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.