Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2009 FBO #2735
SOLICITATION NOTICE

59 -- Ft Carson, CO Post Commanders Television Channel Equipment - List of Requirments

Notice Date
5/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423620 — Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, St. Paul, Attn: CEMVP-CT, 190 Fifth Street East, St. Paul, Minnesota, 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-09-T-0044
 
Archive Date
6/20/2009
 
Point of Contact
Preston J Hayward, Phone: 651-290-5709
 
E-Mail Address
preston.j.hayward@usace.army.mil
(preston.j.hayward@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Solicitation 09-T-0044 Requirements List The US Army Corps of Engineers Saint Paul district is looking to purchase electrical components for the Fort Carson, CO Commanders Television Channel (Please see the attached Microsoft Excel spreadsheet with the requirements). All items will be delivered to Bldg 330, Fort Carson, CO 80913. The solicitation number is W912ES-09-T-0044 is issued as a request for quote. The solicitation will be issued in accordance with FAR Part 12, and evaluated in accordance with FAR Part 13. Please pay specific attention to FAR Clause 52.211-6 Brand Name or Equal which will be used as part of the solicitation. The resulting contractor will provide commercial items in accordance with the statement of work and technical specifications in accordance with commercial standards, local, state and federal laws. The resultant contract will be a Firm-Fixed Price Contract. The required delivery date for the Commanders Channel equipment is as soon as possible, not to exceed 30 days from contract award. Evaluation factors for award shall be as follows: Price and Delivery Date and will be evaluated in accordance with FAR 13.106-2(a)(4)(ii); an award will be issued to the lowest priced offer which is able to meet the delivery date, while representing the best value when compared to any lower priced offer. All other factors are approximately equal to cost or price. The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The solicitation is set-aside 100% for HUBZONE business concerns and the size standard is 100 employees. The associated NAICS code is 423620. The provisions at 52.212-1, Instructions of Offerors Commercial Items, apply to this solicitation. The provisions at 52.212-3, Alt I, Offeror Representations and Certifications Commercial Items, and 52.219-1 Alt I, Small Business Program Representations apply to this solicitation. The contractor shall return a completed copy of these provisions with its proposal. A copy of the provisions may be obtained from http://www.arnet.gov/far. Full text clauses may be viewed at www.farsite.hill.af.mil. The following FAR Clauses and Provisions are applicable to this solicitation: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. This solicitation is issued as a request for quote. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. The following clauses are included as part of this solicitation: 52.204-7, 52.211-6, 52.212-4, 52.212-5, 52.247-34, 52.252-2, 252.204-7003, 252.204-7004 Alt A, 252.211-7003, 252.211-7001, 252.232-7010, 52.233-3, 52.233-4, 52.203-6, 52.219-3, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.225-13, 52.232-33, 52.239-1,52.209-6, 252.203-7002, 252.204-7006, 252.212-7001, 252.243-7001, 252.203-7000, 252.225-7001, 252.232-7003, 252.211-7006. Electronic responses are the preferred method; however proposals may also be faxed to the Attention of Preston Hayward at 651-290-5706. Proposals may also be mailed to the US Army Corps of Engineers, St. Paul District, ATTN: Contracting Division, 190 5 th Street East, Suite 401, St. Paul, MN 55101-1638. Solicitation packages, including the SOW and any other applicable documents, may be requested via e-mail at preston.j.hayward@usace.army.mil. Telephonic inquiries or requests for information will not be honored. This notice closes on 5 June, 2009 at 12:00 PM, Central Standard T im e.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-T-0044/listing.html)
 
Place of Performance
Address: Ft Carson, CO, Ft Carson, Colorado, United States
 
Record
SN01825188-W 20090523/090521235814-05f6413b7101414ee45cec5449b5d93b (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.