Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2011 FBO #3415
SOLICITATION NOTICE

65 -- The Utah National Guard needs to procure 18 20' metal shipping containers

Notice Date
3/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W8122710800099
 
Response Due
4/5/2011
 
Archive Date
6/4/2011
 
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. OFFICE ADDRESS: USPFO for Utah, P.O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Cargoworthy 20' shipping containers SOLICITATION NUMBER: W8122710800099 QUOTE DUE DATE: 5 April 2011 POC: Ray Workman, Contracting Officer, (801) 432-4607 dallas.ray.workman@us.army.mil 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 is being issued as a Request for Quotation. Solicitation is issued as an unrestricted competition, the North American Industry Classifications System Code (NAICS) is 332439. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase the following: Eighteen (18) each Cargoworthy (grade) Steel Shipping Containers. ISO inspections shall be included with shipments. Minimum size 20' x 8' x 8'6". Containers shall be fabricated out of 14-gauge steel; Frames made from 6-8 gauge steel; 1" hardwood treated floors; water tight; good door seals; no major dents; color does not matter, but include sealant to prevent rust. Containers shall be standard, with no special doors or windows installed. Shall be of condition and quality for stacking two together vertically. Containers shall be delivered to 7602 South Air Port Rd., West Jordan Ut 84084-7812. Contact either Michael Brant or Sterling Pierce at 801-817-3407 Make arrangements in advance to deliver the containers the normal work week is Monday thru Thursday 05:30 to 16:30 depending on the individual. 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.farsite.hill.af.mil 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: FAR 52.204-7 Central Contractor Registration FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 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 52.212-3 ALT 1 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; 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: FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict labor; FAR 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 52.222-36 Affirmative Action for workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (p) FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Central Contractor Registration, Alternate A; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.225-7035 Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate; DFARS 252-225-7036 Buy American Act - Gree Trade Agreements - Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.247-7023 ALT III Transportation of Supplies by Sea; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.225-7014 Preference for Domestic Specialty Metals; FAR 52.219-28 Post Award Small Business Program Representation; DFARS 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be 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: Product being technically acceptable and lowest price. INSTRUCTIONS: Offers shall include (1) a detailed quote; (2) completed provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov. 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. Offers shall be received NLT 2:30 P.M. MST on April 5, 2010. Offers may be sent via e-mail to Ray Workman at dallas.ray.workman@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W8122710800099/listing.html)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
 
Record
SN02412981-W 20110401/110330234615-1c008ae23dd4769bd64a74dcb3dd8c35 (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.