SOLICITATION NOTICE
34 -- Cargo Containers
- Notice Date
- 7/7/2009
- Notice Type
- Presolicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Utah, USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W67K3G90970001
- Response Due
- 7/21/2009
- Archive Date
- 9/19/2009
- Point of Contact
- J.D. Warby, 801-432-4086<br />
- E-Mail Address
-
USPFO for Utah
(jd.warby@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SPECIFICATIONS: The Utah National Guard has a requirement for Cargo Containers Specifications are as follows: Size: 8 ft x 8 ft x 20 ft; all steel construction with treated wood floors; fork-lift pockets intact with straight corner pillars; articulated lashing points in the floor and corresponding fixed lashing points along the top side rails; 8 ft end opening and 8 ft side opening with locking hasp; ISO tested and CSC approved; fully compliant with USCR CFR 49 Chapter 4 Parts 450-453; containers must be water tight, good door seals, no major dents. Color: Tan, to include sealant to prevent rust. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52.212-1 Instructions to Offerors Commercial Items; (3) FAR 52.212-2 Evaluation Commercial Items; (4) FAR 52.212-3 Offeror Representations and Certifications Commercial Items, with Alternate I; (5) FAR 52.212-4 Contract Terms and Conditions Commercial Items; (6) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.222-21 Prohibition of Segregated Facilities; (b) FAR 52.222-26 Equal Opportunity; (c) 52.222-36 Affirmative Action for workers with Disabilities; (d) FAR 52.222-50 Combating Trafficking in Persons; (e) FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (f) FAR 52.233-3 Protest After Award; (g) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (7) FAR 52.252-2 Clauses Incorporated by Reference; (8) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (9) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.232-7003 Electronic Submission of Payment Requests; (b) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; (10) FAR 52.222-3 Convict Labor; (11) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide the required accommodation that meets the Governments needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Provide detailed proposals to include all applicable taxes and gratuities NLT 10:00 A.M. MST on Sep 11, 2008. Offers may be sent via e-mail to J.D. Warby at jd.warby@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K3G90970001/listing.html)
- Place of Performance
- Address: USPFO for Utah P.O. Box 2000, Draper UT<br />
- Zip Code: 84020-2000<br />
- Zip Code: 84020-2000<br />
- Record
- SN01867871-W 20090709/090708001748-45420ca0a4a5939033464bb3c9a98c75 (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 |