Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2010 FBO #3157
SOLICITATION NOTICE

W -- FFID EQUIPMENT LEASE

Notice Date
7/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Fort Bliss DOC, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG01960001
 
Response Due
7/20/2010
 
Archive Date
9/18/2010
 
Point of Contact
Dawn Montgomery, (915) 569-8367
 
E-Mail Address
Fort Bliss DOC
(dawn.montgomery@conus.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 items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Fort Bliss Directorate of Contracting is releasing this combined synopsis/solicitation electronically only. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. In cases of conflict between the electronic (on-line) version of this RFQ and any downloaded version of the RFQ, the on-line RFQ prevails. All questions must be in writing and received by the Contract Specialist not later than 10am MST 19 July 2010. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS and ASFI websites. The email address for submission of all questions is dawn.montgomery@us.army.mil. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This procurement is a 100% small-business set-aside. Applicable NAICS code is 532299 All Other Consumer Goods Rental and the size standard is $7,000,000.00. The Federal Service Code is W083. See below for description of services requested. The award will be a Firm Fixed Price. The requirement is for three tents to be used as a dining facility during a two month training exercise. Delivery Instructions: PERIOD OF PERFORMANCE: 7/29/2010 - 10/01/2010. The POCs for the delivery will be provided at award. Tents must be set up, all equipment in working order and available for use by 1 August 2010. Tent requirement w/additional equipment: CLIN 0001 TENT 40 X 100 (2EA) Tent structures 40X100, must be able to withstand 70 plus mph winds and must accommodate 300 - 400 personnel. 12m x 30m (40 x 100) Multi Flex plus, clear span, framed structure. P7 aluminum beam profile 48mm x 120mm (2 x 4.75) 4-groove aluminum alloy 6082-T6 hollow profile, AlMgSi 1 F28 alloy conforming to DIN 4113 Steel parts, St 37-2 steel, hot-dip galvanized according to DIN EN ISO 1461 Eave Height: 2.49m (8.17) Ridge Height: 4.68m (15.35) Roof Slope: 20 degrees Ground Stake anchoring 70 plus mph wind load rating or equal. CLIN 0002 TENT 40 X 40 (1EA) Tent structures 40X40, must be able to withstand 70 plus mph winds. 12m x 12m (40'X40') Multi Flex plus, clear span, frame structure P7 aluminum beam profile - 48mm x 120mm (2'x4.75), 4 - groove aluminum alloy 6082 - T6 hollow profile A1MgSi 1 F28 alloy conforming to DIN 4113 Steel parts, St 37-2 steel, hot-dip galvanized according to DIN EN ISO 1461 Eave Height: 2.49m (8.17') Ridge Height: 4.68m (15.35') Roof Slope: 20 degrees Ground Stake Anchoring 70 plus mph wind load rating or equal. CLIN 0003 BANQUET TABLES (45 EA) Tables banquet 8' or equal CLIN 0004 FOLDING CHAIRS (400 EA) Chair, brown folding CLIN 0005 AIR CONDITIONERS (8 EA) Refrigerated Air Conditioners for tents (13000 BTUs per unit) CLIN 0006 TENT SIDEWALLS (24 EA) Tent sidewalls 20'assorted w/windows CLIN 0007 DOORS entrance doors CLIN 0008 CARPET (9600 FT) 8000 ft turf brown carpet CLIN 0009 Lights (20 EA) Light, string globed CLIN 0010 TABLE ROLLS (500 FT) table rolls in plastic 40 in wide CLIN 0011 DELIVERY CHARGE Delivery to ranges, Fort Bliss, TX. CLIN 0012 PICKUP CHARGE Delivery to ranges, Fort Bliss, TX. CLIN 7500 The Office of the Assistant Secretary of the Army (Manpower &Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. 7500 AA CONTRACTOR MANPOWER REPORTING PERIOD ENDING 30 SEPTEMBER 2010 POP 29-JULY-2010 TO 30-SEP-2010 7500 AB CONTRACTOR MANPOWER REPORTING PERIOD ENDING 30 SEPTEMBER 2010 POP 1-OCT-2010 TO 1-OCT-2010 Vendor's responsibility: 1.Must assemble and disassemble the chairs, flooring, lights, tables, and 3 tents. 2.Ensure air conditioners are properly connected and operational. 3.Connect all string globe light bulbs and ensure they work prior to departure. 4.In the event the tents become torn the vendor will be responsible for on-site repair within 24-48 hours. 5.The vendor will not be responsible for providing services for power and water. 6.Provide extension cords/cables to test the serviceability of the air conditioners and lights. Site preparation: 1.Vendor will not be responsible for any site preparation. Delivery location longitude and latitude: 40 x 40 - Condron- UTM 13SCR67607990 Lat/Lon 106-24' 00W 32-20' 00N 40 x 100 - 901 complex UTM 13SCR89508860 Lat/Lon 106-11' 00W 32-26' 00N 40 x 100 -Oro Grande Camp UTM 13SCR92008600 Lat/Lon 106-8' 30W 32-24' 00N Set-Up Instructions for the Tents: 2 tent structures 40X100 30 tables banquet 8' 300 chairs folding brown 6 air conditioners 13000BTU each 16 sidewalls 20'assorted w/windows entrance doors 8000 ft turf brown carpet 15 light string globed, 400 table rolls in plastic 40 wide 1 tent structure 40X40 15 tables banquet 8' 100 folding chairs brown 2 air conditioners 13000 btu each 8 sidewall solid 8X20' w/windows entrance doors 1600 ft of turf brown carpet 5 light string globed 100 table rolls in plastic 40 wide **The following must be furnished with the quotation: 1. complete descriptive narrative for the tents and services proposed that is equivalent to the specifications listed above; 2. Prompt payment terms; 3. Completed copy of provision at DFARS 252.212-7001 Offeror Representations and Certifications--Commercial Items. CLAUSES: FAR 52-212-1, Instructions to Offerors-Commercial is incorporated by reference and applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition. Fill-ins are as follows: 1. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance; All factors are of equal importance. Evaluation Factors: (i) Technical capability of the offeror to meet the Government's requirement; In order to help determine the technical ability of the offerors, offerors shall provide descriptive literature and a statement of the services to be provided. Applicable ratings for Technical Capability are as follows: Acceptable - Meets Government's requirement Unacceptable - Does not meet the Government's requirement. (ii) Price - offeror's proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-3. (iii) Past Performance Offeror status will be verified through the Excluded Party List System at https://www.epls.gov/, and Past Performance Information Retrieval System at https://www.ppirs.gov/. (b) In accordance with FAR 52.212-1(g), the Government intends to award without discussions. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications Commercial Items, with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-7, Central Contractor Registration; 52.252-2, Clauses Incorporated By Reference; and 52.222.41, Service Contract Act. The following DFAR clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; and 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors must be actively registered in the Central Contractor Registration (CCR) to be eligible for award. Register at www.ccr.gov. The vendor must be ORCA certified at https://orca.bpn.gov/. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. Solicitation closing date is 20 July 2010. All quotes must be received by 12:00 p.m. Mountain Standard Time. The Government reserves the right to award the contract without holding discussions. Offerors shall submit one copy of their quote and the Official Representations and Certifications (FAR 52.212-3) in person, by mail or by email to the attention of Dawn Montgomery at 915-568-8732(fax), dawn.montgomery@us.army.mil, no later than 12:00 PM MDT on 20 July 2010. Point of contact for this solicitation is Dawn Montgomery at email dawn.montgomery@us.army.mil. Questions will only be accepted by email. Place of Performance is: Fort Bliss, Texas 79916
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a9b1593dfea92fee3bc89dfe9fdf9d1)
 
Place of Performance
Address: Fort Bliss DOC Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02206438-W 20100717/100715234714-9a9b1593dfea92fee3bc89dfe9fdf9d1 (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.