Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

54 -- The Utah Air National Guard intends to issue a combined synopsis and solicitation for the following commercial items, WSTI Portable Tower (PTS20HD), Part number 864081-2 with a quantity of two each.

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
151 ARG/LGC, 765 North 2200 West, Salt Lake City, UT 84116-2999
 
ZIP Code
84116-2999
 
Solicitation Number
W911YP09T2001
 
Response Due
9/14/2009
 
Archive Date
11/13/2009
 
Point of Contact
Chad Heard, (801) 245-2338
 
E-Mail Address
151 ARG/LGC
(chad.heard@utsalt.ang.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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. The Utah Air National Guard intends to issue a combined synopsis and solicitation for the following commercial items, WSTI Portable Tower (PTS20HD), Part number 864081-2 with a quantity of two each. The anticipated award date is 21 September 2009. This notice is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation, issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on Solicitation Number F9NTCC9196AN01. Firms or individuals responding must be registered with the Central Contractor Registration (CCR). CCR registration is available at www.ccr.gov. This procurement is being issued as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS in accordance with FAR 6.206. All firms or individuals responding must include 52.212-3 Alt I Offeror Representations & Certifications or have them available on ORCA. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and Defense Acquisition Regulation DCN 20090825 Edition. North American Industrial Classification Standard 332312, Size Standard 500 employees applies to this procurement. FOB: Destination for delivery to the Utah Air National Guard Base, 765 North 2200 West, Salt Lake City, Utah 84116. Delivery time shall be 60 days ARO. CLIN 0001 WSTI Portable Tower (PTS20HD), Part Number 864081-2 with a quantity of two each. Offers must include: GSA number if applicable, DUNN and Bradstreet number, Cage Code, Tax Identification Number, and place (city and state name) where item is manufactured, business size and type, payment terms and completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items or have a current copy available on ORCA (www.orca.bpn.gov). The following FAR and DFAR provisions and clauses apply to this acquisition: FAR 52.204-4 Printed or Copies on Double-Sided on Recycled Paper, FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors Commercial Items, FAR 52.212-2 Evaluation - Commercial Items, FAR 52.212-4 Contract Terms and Conditions, FAR 52.223-5 Pollution Prevention and Right-to-Know Information, FAR 52.223-10 Waste Reduction Program, FAR 52.232-8 Discounts for Prompt Payment, FAR 52.232-23 Alt I Assignment of Claims Alt I, FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.249-4 Termination for Convenience of the Government, DFAR 252.204-7003 Control of Government Personnel Work Product, DFAR 252.204-70004 Alt A Central Contractor Registration Alt A, DFAR 252.223-7006 Prohibition on storage and disposal of toxic and hazardous materials, DFAR 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of payment Requests and Receiving Reports, DFAR 252.232-7000 Levies on Contract Payments, DFAR 252.243-7001 Pricing of Contract Modifications, DFAR 252.243-7002 Requests for Equitable Adjustment, DFAR 252.247-7023 Transportation of Supplies by Sea, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-39 Notification of Employee Rights Concerning payment of Union Dues for Fees, FAR 52.2332-33 Payment by Electronic Funds Transfer, FAR 52.222-41 Service Contract Act of 1965, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.233-2 Service of Protest, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviation in Clauses. The Government reserves the right to award on a multiple award or all or none basis. The contract will be awarded based on the offer that is most advantageous (best value) to the government (FAR 13.106-1, 52.212-2). Evaluation factors, in order of importance, are 1) Most technically acceptable, 2) Past performance, 3) Pricing. All responsible sources must include specifications of the item being quoted and 2-3 names and telephone numbers of past performance references. The quote should also include shipping costs if applicable, delivery time, vendor cage code, Federal Tax Identification number. Submissions should be sent to the Contracting Officer at chad.heard@ang.af.mil or MSgt Chad Heard at 765 North 2200 West, Salt Lake City, Utah 84116-2926. Offers must be received no later than 12:00 PM Mountain Standard Time, Monday, September 14, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42-1/W911YP09T2001/listing.html)
 
Place of Performance
Address: 151 ARG/LGC 765 North 2200 West, Salt Lake City UT
Zip Code: 84116-2999
 
Record
SN01944960-W 20090910/090909083537-c78a7c63d8324a97646d72c956a165a3 (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.