Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2010 FBO #3113
SOLICITATION NOTICE

71 -- Concealed Security Cabinet/Safe

Notice Date
6/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S00340002
 
Response Due
6/14/2010
 
Archive Date
8/13/2010
 
Point of Contact
Dallas R. Workman, 801-432-4607
 
E-Mail Address
USPFO for Utah
(dallas.ray.workman@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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation W67K2S00340002 is being issued as a Request for Quotation. This solicitation is issued as an unrestricted procurement. The North American Industry Classifications System Code (NAICS) is 332439. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase two executive IPS Security Cabinets Two Security Cabinets with: - quietized cooling fan, dimensions - 19H X 23W (26 at louvers) X 39D - 16.75H X 20.25W Door Opening, 27D - 19 Fixed Vertical Rails, 2pr, 20D - 19Slide Shelf, 22D and 19 Side shelf, 22D. Two Lateral File Cabinet (the IPS security cabinet/safe will be concealed inside the lateral file cabinet) - Cherry with Antique Hard Ware - 30H X48W X 32D - Retractable Keyboard/Mouse tray - Left side door opening. - KVM Guard On/Off Gateway w/cables, USB. - Delivery to 12953 Minuteman Dr. Draper, Ut 84020-9286. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. (1) FAR 52.204-7 - Central Contractor Registration (2) FAR 52.212-1 - Instructions to Offerors--Commercial Items (3) FAR 52.212-2 - Evaluation--Commercial Items (4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-28 Post-Award Small Business Program Representation (b) FAR 52.222-3 - Convict Labor (c) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (d) FAR 52.222-21 - Prohibition of Segregated Facilities (e) FAR 52.222-26 - Equal Opportunity (f) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (g) FAR 52.222-50 - Combating Trafficking in Persons (h) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (i) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (j) FAR 52.232-36 Payment by Third Party (k) FAR 52.233-3 - Protest After Award (l) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (7) FAR 52.252-2 - Clauses Incorporated by Reference (8) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (9) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (10) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government Of a Terrorist Country (11) DFARS 252.211-7003 Item Identification and Valuation (12) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.232-7003 - Electronic Submission of Payment Requests (b) DFARS.252.203-7000 Requirements relating to Compensation of Former DoD Officials (13) DFARS 252.225-7035 ALT 1 Buy American Act Free Trade Agreements Balance of Payments Program Certificate (14) DFARS 252.225-7036 ALT 1 Buy American Act Free Trade Agreements Balance of payments Program (15) DFARS 252.232-7010 Levies on Contract Payments (16) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality product that meets the Governments needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. INSTRUCTIONS: Offers shall include (1) a detailed quote to include shipping costs to Draper, UT 84020; (2) provide descriptive literature of items offered; (3) completed provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, or a completed registration on the ORCA website at https//orca.bpn.gov. Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. Quotes shall be received NLT 1:00 P.M. MST on 14 June 2010 and shall be sent via e-mail to Ray Workman at dallas.ray.workman@us.army.mil. Questions regarding this solicitation shall be in writing and shall also be sent via e-mail. No telephone calls will be accepted or returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K2S00340002/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 So Minuteman Dr., Draper UT
Zip Code: 84020-9286
 
Record
SN02164779-W 20100603/100601234345-8bbfa2fb4a94123a03fe73084f4bc90c (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.