SOLICITATION NOTICE
V -- This is a combined synopsis/solicitation for movement of a trailer. This requirement is a set aside for Small Business (SB) concerns.
- Notice Date
- 4/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484230
— Specialized Freight (except Used Goods) Trucking, Long-Distance
- Contracting Office
- Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-10-T-0152
- Response Due
- 5/4/2010
- Archive Date
- 7/3/2010
- Point of Contact
- Karen La Bouff, 719-526-3841
- E-Mail Address
-
Fort Carson DOC
(karen.labouff@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. This is a combined synopsis/solicitation for commercial service 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. Solicitation Number W911RZ-10-T-0152. Fort Carson intends to award a Firm-Fixed-Price Contract for movement of a trailer. The North American Industrial Classification System (NAICS) code for this procurement is 484230 with a small business size standard of $25.5 Million. This requirement is a set aside for Small Business (SB) concerns. This solicitation will end on 04 May 2010, 12:00 p.m. Mountain Time. Quotes received after this time will not be considered. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN Item Cost Total Amount 0001 Move Trailer ________________ = ____________________ (See Attached Statement of Work) Total Price ____________________ The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.203-5 (Covenant Against Contingent Fees.), 52.203-7, (Anti-Kickback Procedures), 52.204-7 (Central Contractor Registration), 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items) 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.216-24 (Limitation of Government Liability), 52.216-25 (Contract Definitization), 52.219-6 (Notice of Total Small Business Set-Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-41 (Service Contract Act, WD 96-0145 (Rev.-24) and WD 95-0765 (Rev.-23) are Incorporated), 52.222-50 (Combat Trafficking in Persons), 52.223-5 (Pollution Prevention and Right to Know), 52.232-1 (Payments), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.237-2 (Protection of Government Buildings, Equipment, and Vegetation), 52.247-34 (F.O.B Destination),52.252-2 (Clauses Incorporated by Reference), 252.204-7004 Alternate A (Central Contractor Registration), 252.211-7003 Alt I (Item Identification and Valuation),252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.232-7003 (Electronic Submission of Payment Requests), 252-225-7002 (Qualifying Sources as Subcontractors). The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price and has an acceptable delivery date. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Telephone inquiries will not be accepted and all questions concerning this solicitation should be addressed to Karen Y. La Bouff, Contract Specialist via email to Karen.LaBouff@us.army.mil. All questions or inquires must be submitted in writing prior to 12:00 p.m. Mountain Time, 03 May 2010. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 12:00 p.m. Mountain Time on 04 May 2010. Quotes received after this time will not be considered. Quotes may be e-mailed to Karen.LaBouff@us.army.mil. An official authorized to bind your company shall sign the quote. The contractor is required to submit a copy of FAR clause 52.212-3 with their quote. If ORCA has been completed, the contractor only needs to fill out section (b). The contractor shall propose the earliest date that the trailer can be moved and placed at Turkey Creek, Fort Carson, Colorado. See attached Statement of Work and wage determination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/86db3e658383294d614b28c294df2249)
- Place of Performance
- Address: Pinon Canyon Maneuver Site outside of Trinidad to Turkey Creek Ranch, Fort Carson, Colorado PCMS to Turkey Creek, Fort Carson Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02137066-W 20100502/100430235158-86db3e658383294d614b28c294df2249 (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 |