SOLICITATION NOTICE
N -- RECOVERY--N--RECOVERY Install Directional Signs
- Notice Date
- 10/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- WC1CB790039277
- Response Due
- 10/12/2009
- Archive Date
- 12/11/2009
- Point of Contact
- Woody Slate, 9073533480
- E-Mail Address
-
ACA, Fort Richardson
(woody.slate@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, proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is WC1CB790039277 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36 and Defense Federal Acquisition Regulation Supplement Change Notice DCN 20090825. For informational purposes the North American Industry Classification System code is 339950 Sign Manufacturing with a small business size standard of 500 employees. This acquisition is being Set-Aside for Service Disabled Small Businesses Only. This is a firm-fixed price acquisition and will be procured using commercial item procedures and award selection will be based on lowest price technically acceptable. STATEMENT OF WORK: Contractor must attend site visit on 05OCT09 at 1000 at BLDG 603 conference room in order to place a bid on this solicitation. 1. Provide seven (7) signs displaying the lettering and directional arrows as shown on attachment. Signs, frames, and supports shall conform to the Fort Greely Installation Design Guide (IDG). An example of an acceptable frame and support that conforms to the IDG is located at attachment. 2.Signs, frames, and supports shall be installed at the locations shown on attachment. Signs listed as one (1) and two (2) shall be placed side by side at the location shown on attachment. When installation is complete, signs shall be capable of withstanding wind loads up to 100 mph. GENERAL NOTES: A schedule will be submitted for approval or negotiation, to DPW Contract Management within five business days after receipt of a purchase order. All schedule changes will be negotiated and approved through the regional contracting office, Fort Wainwright. Installed equipment, real property, and salvageable material will remain property of the Government unless otherwise noted by the regional contracting office, Fort Wainwright. The technical expert will evaluate the quotes on the basis of information furnished by the offeror and specifications provided in the RFQ. The following clauses are hereby incorporated: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), FAR 52.211-6 Brand Name or Equal (AUG 1999), FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, FAR 52.212-5, FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), FAR 219-8 Utilization of Small Business Concerns (MAY 2004), FAR 52.219-14 Limitations on Subcontracting (DEC 1996), Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-19 Child Labor-Cooperation with the Authorities and Remedies (FEB 2008), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-50 Combating Trafficking in Persons (FEB 2009), FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008), FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007), FAR 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007), FAR 52.225-1 Buy American Act-Balance of Payments Program Supplies, FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments, FAR 52.222-41 Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) (5 U.S.C. 5341), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008). The offerors quote shall contain the following information: offerors quote number, date, name, address, terms of any warranties, price, any discount terms, and acknowledgement of all RFQ amendments (if applicable). Quote shall also contain all other documentation specified herein. Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability. Response Time: MANDATORY SITE VISIT WILL BE CONDUCTED ON OCTOBER 5, 2009 AT 1000 HOURS. CONTRACTORS WILL MEET AT BLDG 603 CONFERENCE ROOM. CONTRACTOR MUST ATTEND THE SITE VISIT IN ORDER TO PLACE A BID ON THIS SOLICITATION. All quotes will be accepted at the Regional Contracting Office-Alaska BLDG 3401 Room 210, Fort Wainwright, AK 99703-0510, no later than 1100 ADT on October 12, 2009. All quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail proposals will be accepted. Note: All offerors shall be registered in the Central Contractor Registration (CCR) before being considered for award and must be designated a service disabled small business. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via e-mail to woody.slate@us.army.mil or by fax to 907-353-7302 (follow up with phone call notification or email to ensure receipt), or mailed and received before the deadline. If delivered by courier service (i.e. FedEx, UPS, DHL, etc.) are considered hand carried and must be addressed to: Regional Contracting Office-Alaska, BLDG 3401 Room 210, Fort Wainwright, AK 99703-0510.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABQ/DABQ03/WC1CB790039277/listing.html)
- Place of Performance
- Address: Regional Contracting Office, Fort Wainwright BLDG 603 Fort Greely AK
- Zip Code: 99731
- Zip Code: 99731
- Record
- SN01979118-W 20091004/091002235202-878d5765727b017eccf2fe93b0433961 (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 |