SOLICITATION NOTICE
83 -- DRASH or Equal Mobile Command Centers - Florida Army National Guard
- Notice Date
- 9/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314912
— Canvas and Related Product Mills
- Contracting Office
- USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN09T0031
- Response Due
- 9/17/2009
- Archive Date
- 11/16/2009
- Point of Contact
- Jeff D. Moore, 904-823-0552
- E-Mail Address
-
USPFO for Florida
(jeff.moore1@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. The solicitation number W911YN-09-T-0031 is issued as a request for quote (RFQ), and incorporates provisions and clauses which are in effect through Federal Acquisition Circular 2005-36. This acquisition is utilizing procedures in FAR Subpart 13.5 -- Test Program for Certain Commercial Items and is Unrestricted. Principal North American Industry Classification System code is 314912, with a small business standard of 500 employees. The Government intends to place a single order without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. Approved CAGE code is 0WFM3. The Government will accept or Equal items. Offerors submitting or Equal products must meet, at a minimum, the same deployability, i.e. able to erect tents without special tools or have loose parts; tent fabric must be fire retardant, mildew resistant, water repellent and highly resistant to abrasion and ultra violet rays; tent must be able to withstand a steady wind of 55 mph and gusts up to 65 mph for 30 minutes, as the Brand Name. Requirement: Brand Name: DRASH. Item 0001: NSN 8340-01-499-1803 (Tan), QTY:4 Each - P/N HP-2U. ITEM 0002: NSN 8340-01-5335-1653 (Tan), QTY: 4 Each - P/N MA100500. ITEM 0003: NSN 8340-01-491-3057, QTY: 4 Each - P/N T2-93000-1. ITEM 0004: QTY: 4 Each - P/N MXA3015. ITEM 0005: NSN 6150-01-552-6358, QTY: 4 Each P/N T295004. ITEM 0006: NSN 8340-01-533-5314 (Tan), QTY: 4 Each P/N TMSS100T. ITEM 0007: 1 JOB = Freight. Delivery of equipment shall be made FOB destination to W32MVU 53rd BCT, ATTN: MSG Gomez, 2801 Grand Ave, Pinellas Park, FL 33782. DELIVERY SCHEDULE, CLINs 0001 through 0006, 120 days after date of award. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.211-6 -- Brand Name or Equal; 52.212-1 -- Instructions to Offerors -- Commercial Items. Evaluation in accordance with FAR 13.106-2 based on price, delivery schedule, and ability of product to meet the minimum requirements as stated above. Delivery schedule, and ability of product to meet the minimum requirements, combined, are equal to price. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT 1; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 52.252-1 -- Provisions Incorporated by Reference (http://farsite.hill.af.mil); 52.233-2 Service of Protest; Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: USPFO for Florida ATTN: Contracting Officer P.O. Box 1008 St. Augustine, FL 32085 FAX: (904) 823-0512 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT 1. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt 1); 52.204-4 -- Printed or Copied-Double Sided on Recycled Paper; 52.204-7Central Contractor Registration; 52.212-4 Contract Terms and ConditionsCommercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Dev.); 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-9 -- Small Business Subcontracting Plan (Deviation) ALT II; 52.219-16 -- Liquidated Damages -- Subcontracting Plan; 52.219-8 -- Utilization of Small Business Concerns; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 -- Convict Labor; 52.222-19 -- Child Labor - Cooperation with Authorities and Remedies; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-26 -- Equal Opportunity; 52.222-36 -- Affirmative Action for Workers with Disabilities; 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 -- Combating Trafficking in Persons; 52.223-5 -- Pollution Prevention and Right to Know Information; 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; 52.247-34 -- F.o.b. Destination (NOV 1991); 52.252-2 -- Clauses Incorporated by Reference (http://farsite.hill.af.mil); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure of Information; 252.204-7004 -- Alternate A; 252.211-7003 Item Identification and Valuation; 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dev.); 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 -- Preference for Certain Domestic Commodities; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7010 Levies on Contract Payments; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea. Proposal submittal requirements: Proposal submittal requirements: In order to be considered for an order, submit to the Contract Office the following: 1. Submit pricing proposal to include product information in accordance with 52.211-6 -- Brand Name or Equal; 2. Delivery schedule; 3. Submit required information in accordance with provisions 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT 1 and 252.212-7000 Offeror Representations and Certifications--Commercial Items. Submit offers in response to this synopsis/solicitation to jeff.moore1@us.army.mil; OR (USPS Mail) USPFO for Florida, PO Box 1008, St. Augustine, FL 32085-1008; OR (Delivery Address) USPFO for Florida, 189 Marine St., St. Augustine, FL 32084. Offers received after 2:00pm Eastern on the required date of submission may not be considered unless determined to be in the best interest of the government. For information regarding this solicitation, contact MAJ Jeff Moore at 904-823-0552. All responsible sources may submit an offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN09T0031/listing.html)
- Place of Performance
- Address: USPFO for Florida 189 Marine Street, St. Augustine FL
- Zip Code: 32085-1008
- Zip Code: 32085-1008
- Record
- SN01940269-W 20090905/090904001935-b5f87b779833b6562c059757a4fdeff0 (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 |