SOLICITATION NOTICE
54 -- Chemical Outdoor Storage Locker
- Notice Date
- 9/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- 179th AW/LGC, 1947 Harrington Memorial Road, Mansfield, OH 44837-0179
- ZIP Code
- 44837-0179
- Solicitation Number
- W91364-09-T-0017
- Response Due
- 9/10/2009
- Archive Date
- 11/9/2009
- Point of Contact
- Jenna Miller, 419-520-6227
- E-Mail Address
-
179th AW/LGC
(jenna.miller@ohmans.ang.af.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; proposals are being requested and a written solicitation will not be issued. This solicitation W91364-09-T-0017 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This solicitation is set-aside 100 percent for Small Business. The NAICS code that applies is 332311 and business size is 500. This action will result in a FFP purchase order, utilizing simplified acquisition procedures under Full and Open Competition. This requirement is for the following: Line Item (1): Chemical Outdoor Storage Locker with explosion panel - 8'6H x 42'W x 8'D Sump capacity: 1,292 gals. 2 hour fire rated. Color: Gray. Exterior walls 12-gauge galvannealed steel. Interior walls 20-gauge cold roll. 12 gauge steel sump. Heavy gauge forklift channels with open-end construction. Bolt-down plates (4) with 7/8in diamter holes for wind and seismic bracing. Multiple static grouding connections. Inlet vents for natural ventilation with fire damper. Quantity of 1 each. Line Item (2): 60'W x 80'H double door fire rated. Quantity of 2 each. Line Item (3): Seperation Wall/Sump divider 8 ft deep bldg - 2 hour fire rated. Quantity of 2 each. Requirement is for Brand-Name or Equal to the above listed part numbers. Shipping address for these items is: 200th REDHORSE Squadron/OHANG, 1200 N. Camp Perry East Rd, Port Clinton, Ohio 43452. Please include any applicable freight charges in total estimated cost. The following shall be used to evaluate offers: price and cost to the Government. The Government will make award to the offer that is most advantageous to the Government. The following provisions are included in this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors- Commercial (Nov 2007), FAR 52.212-2, Evaluation - Commercial Items (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007) Alternate I (Apr 2002); DFAR 252.225-7000, Buy American Act and Balance of Payments Certificate. FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items. The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration (Jul 2006); FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2008); FAR 52.222-50, Combating Trafficking of Persons (Feb 2008); FAR 52.247-34, FOB Destination; and FAR 52.252-2, Clauses Incorporated by Reference (Feb 1988). Within FAR 52.212-5, the following clauses apply: 52.219-6, Notice of Total Small Business Set-aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3/ Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. The following DFARS clauses also apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A, Required Central Contractor Registration (Nov 2003); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007); 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; and 252.243-7023, Notification of Sea Transportation (Mar 2002) Alternate III (May 2002). For more information regarding this solicitation please contact SrA Jenna Miller @ 419.520.6227. All offers are due by 12:00pm (EDST), 10 September 2009, by facsimile 419-520-6391; email: jenna.miller@ohmans.ang.af.mil, or by mail/hand-carried to: 179AW, Contracting Office, Attn: Jenna Miller, 1947 Harrington Memorial Rd, Mansfield, Ohio 44903-8049
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33-3/W91364-09-T-0017/listing.html)
- Place of Performance
- Address: 179th AW/LGC 1947 Harrington Memorial Road, Mansfield OH
- Zip Code: 44837-0179
- Zip Code: 44837-0179
- Record
- SN01939964-W 20090905/090904001530-3e0382e77ed1c83835ea5bf08ead7d43 (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 |