Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

72 -- Industrial High Density Mobile Storage System

Notice Date
5/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0215
 
Response Due
5/26/2009
 
Archive Date
7/25/2009
 
Point of Contact
Laura E Segovia Figueroa, 719-526-0090<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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. Quotes shall reference solicitation number W911RZ-09-T-0215. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. Fort Carson intends to award a Firm-Fixed-Price Contract for the design, manufacture, delivery and installation of an Industrial High Density Mobile Storage System. The North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 500 Employees. This requirement is set aside 100% for Service Disabled Veteran Owned Small Businesses. The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 Industrial High Density Mobile Storage System: Project includes Design, Shipping, Delivery and Installation; Non-Manufacturer Rule Applies. Buy American Act applies. Refer to Floor Plan for dimensions of room and placement available484 total square feet of room. Must be mobile and able to relocate. Ability to secure all information/ability to lock storage system. Storage for upto 10,000 linear inches. Must be adjustable vertically by +/- 3 sq feet (to accommodate flooring variations). Ergonomic Handles to minimize wrist movement, Color: Wood grain panels, Quote must include any parts and labor warranties. Offered product must include specs for carriages, drive shaft, and wheels. Material used for construction of storage system must be specified. Delivery and Installation to 3920 North Union Boulevard, Colorado Springs, Colorado 80920. FAR and DFARS Provisions and Clauses: PROVISIONS: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2 (Service of Protest) CLAUSES: The following FAR clauses will be in the contract and may be viewed at http://farsite.hill.af.mil: FAR 52.204-7 (Central Contractor Registration) (Apr 2008), 52.212-4 (Contract Terms and Conditions-Commercial Items) (Feb 2007), 52.212-5 (Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items) (Sep 2008), 52.219-6 (Notice of Total Small Business Set Aside) (jun 2003), 52.219-28 (Small Business Representation) (Jun 2007), 52.222-3 (Convict Labor) (Jun 2003), 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), 52.222-50 (Combat Trafficking in Persons) (Aug 2007), 52.232-33 (Payment by Electronic Funds Transfer-Central Contractor Registration) (Oct 2003) or 52.232-33 (Payment by Third Party) (May 1999), 52.233-3 (Protest After Award) (Aug 1996), 52.233-4 (Applicable Law for Breach of Contract Claims) (Oct 2004), 52.247-34 FOB Destination (Nov 1999), 52.252-2 (Clauses Incorporated by Reference) (Feb 1998), 252.204-7004 Alternate A (Central Contractor Registration) (Sep 2007), 252.211-7003 ALT I (Item Identification and Valuation) (Aug 2008), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) (Sep 2008), 252.225-7001 (Buy American Act and Balance of Payments) (Jun 2005), 252.225-7002 (Qualifying Country Sources as Subcontractors) (Apr 2003), 252.232-7003 (Electronic Sumission of Payment Requests) (Mar 2008) SPECIAL INSTRUCTIONS: In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to laura.segovia@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. CCR REQUIREMENT - CCR Requirement - Offeror must be registered on Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in CCR, it may do so by going to CCR web site at http://www.ccr.gov BUY AMERICAN ACT - The contractor shall provide a signed copy of the Buy American Act certificate with their quotes. A copy of the clause 252.225-7001 can be viewed at http://farsite.hill.af.mil/VFDFARA.HTM. See the attachment for a copy of the Buy American Act Certificate. EVALUATION CRITERIA: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable 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: price, delivery date, and past performance. The item offered must meet the minimum specifications listed in the CLIN description. ELIGIBILITY: To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS APPLY. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. DELIVERY REQUIREMENT - Offer MUST provide the number of days required to make delivery after receiving the purchase order from the government. No partial shipments are permitted unless specifically authorized at the time of award. ELECTRONIC INVOICING - All invoices shall be submitted and uploaded via Wide Area Workflow in accordance with DFARS 252.232-7003. Information is available at https://wawf.eb.mil/. SHIPPING CONDITION - Shipping must be Free On Board (FOB)Destination CONUS (CONtinental US), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price. NEW EQUIPMENT ONLY - The Government will not accept re-manufactured, repaired equipment or gray market items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days After Close of Buy. NON-MANUFACTURER RULE applies to this purchase. MUST be manufactured by a small business, see FAR 19.102 f); SMALL Business as defined by NAICS 337214 is 500 people or less. QUESTIONS concerning this solicitation shall be addressed to Hannah Montoya, Contract Specialist, and e-mailed to hannah.montoya@us.army.mil. All questions or inquires must be submitted in writing NO LATER THAN 11:59 p.m. Mountain Time on 25 May 2009. No phone calls will be accepted. Any modifications to the solicitation will be posted on the Federal Business Opportunities website. All offered quote responses must be received by 11:59 p.m. Mountain Time on 31 May 2009. Quotes may be faxed to (719) 526-5333 attn: Laura E. Segovia Figueroa, or e-mailed to laura.segovia@us.army.mil. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0215/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01816999-W 20090516/090514215948-291ea122cd4d2278eda190e3d4d7717d (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.