SOLICITATION NOTICE
49 -- Rolling Tool Boxes for the J4 Maint. Shops
- Notice Date
- 8/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V-09-T-0006
- Response Due
- 9/3/2009
- Archive Date
- 11/2/2009
- Point of Contact
- kristen.jaumotte, 406-324-3411
- E-Mail Address
-
USPFO for Montana
(kristen.jaumotte@us.army.mil)
- 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. The solicitation number is W9124V-09-T-0006 and is issued as a Request for Quote (RFQ). The NAICS code is 332439 and the size standard is less than 500 Employees. The solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2005-36, Effective 11 Aug 2009. The contracting officer intends to set this acquisition aside for small business concerns. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. All Quotes must be valid through 30 Sept 09. J4 has a current need to replace all the rolling tool cabinets in all the Maintenance shops within the state of Montana. All these tool boxes shall be delivered to different locations, (see Statement of Work for addresses). The items intended for purchase: 41 EA 11 Drawer Rolling Tool Cabinet, Double Bank. Model Number KRL7022APBO brand name or equal to this cabinet. All tool cabinets shall have the appropriate tags and warning labels affixed where necessary for safety and ease of operation. One (1) owners manual shall be delivered with the system containing information on maintenance and replacement parts. Standard 1 year warranty period for all tool boxes. The 41 tool boxes are broken down in to the following for the vendor to get an accurate shipping weight and data: FMS 3 9 each, FMS 4 - 3 each, FMS 6 4 each, FMS 7 3 each, UTES 10 each, CSMS 12 each. The MTARNG has 10 Lista brand name tool boxes that the MTARNG would like you as the vendor to consider, accepting these boxes as a trade towards this purchase. The 10 tool box trade is not mandatory to this solicitation. Include the cost of the shipping and delivery for each of site and all those coming to Fort Harrison shall be included under 1 shipping and delivery cost. See Statement of Work for all Shipping Locations. Please provide technical specification, warranty information, and discount information if a quantity discount applies. The provision of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2009) applies to this RFQ. 52.212-3, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation, Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose 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, Past Performance and Technical Capability. Past performance and technical capability, when combined, is less important when compared to price or cost. Vendors are requested to submit past performance information to include persons of contact on their last two contracts for similar products. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008); 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2008); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2009); 52.202-1, Definitions (July 2004); 52.203-3 Gratuities (Apr 1984); 52.204-4 -- Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.204-7 Central Contractor Registration (Apr 2008); 52.211-6 -- Brand Name or Equal, (Aug 1999); 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8 -- Utilization of Small Business Concerns (May 2004); 52.219-14 -- Limitations on Subcontracting (Dec 1996); 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007); 52.222-3 -- Convict Labor (June 2003); 52.222-19 Child LaborCooperation with Authorities and Remedies, (Aug 2009); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 -- Equal Opportunity, (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-50 -- Combating Trafficking in Persons, (Feb 2009); 52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003); 52.233-3 -- Protest After Award (Aug. 1996); 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004); 52.239-1 Privacy or Security Safeguards, (Aug. 1996); 52.249-2, Termination for Convenience of the Government (Fixed-Price) (May 2004); 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.253-1, Computer Generated Forms (Jan 1991); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); 252.204-7003, Control of Government Work Product (April 1992); 252.204-7004, ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (SEP 2007); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005); 252.212-7001, Contact Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JAN 2009); 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009); 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008); 252.225-7020 Trade Agreements Certificate (JAN 2005); 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.243-7002 Requests for Equitable Adjustment (MAR 1998); 252.247-7024 Notification of Transportation of Supplies by Sea, (MAR 2000). You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by email to Kristen Jaumotte at kristen.jaumotte@us.army.mil, No later than03 Sept 2009, by 12:00 pm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-09-T-0006/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Zip Code: 59604-4789
- Record
- SN01923320-W 20090826/090825000752-2437efacb91c3bc24ea6a1fbefcb4eae (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 |