SOLICITATION NOTICE
69 -- Modular Shoot House
- Notice Date
- 9/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1676 Evans Street, Fort Carson, CO 80913
- ZIP Code
- 80913
- Solicitation Number
- W911RZ-11-T-0308A
- Response Due
- 9/22/2011
- Archive Date
- 3/20/2012
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W911RZ-11-T-0308 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 332995 with a small business size standard of 500.00 employees.This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-22 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Carson, CO 80913 The U.S. Army ACC MICC Fort Carson requires the following items, Meet or Exceed, to the following: LI 001, Vendor shall provide a Modular Shoot House for the Fort Carson live fire ordnance training program. The outside dimensions of the shoot house shall be 34 feet by 24 foot. Walls shall be 1/2 inch AR500 steel plate with a ballistic rubber tile covering. The Ballistic rubber tiles should be approximately 1 (41mm) thick and available in standard 24x 24 (600mm x 600mm) dimensions. All Ballistic Rubber Tiles will have an overlap at all joints to present a continuous surface to the shooter with no gaps or cracks, with additional overlapping protection at all corners. Rubber Tiles will be affixed in a manner to allow removal of single panels for routine inspection and/or replacement, without the use of adhesives or cleaners or loose hardware, and ready for training in 15min or less. The Ballistic Rubber Tiles will include nominal 12 (300mm) sections along the bottom of the wall for easy removal of lead and debris from the wall system. The vendor shall provide and install a 1 and 1/2 inch rubber floor over compacted gravel to cover the entire gravel area within the house structure. The government will provide the compacted gravel surface. The house shall have a single side exterior and a double side interior configured for five (5) rooms. The house will have an entrance/common room (approximately 14 foot by 24 foot). There shall be four (4) rooms approximately 10 foot by 10 foot each, with a hallway between the rooms. Example: 2 rooms on one side of the house and 2 rooms on the other side with a hallway between them. The hallway shall be approximately 4 foot by 20 foot. The vendor shall provide full standard sized doors for each of the 4 rooms and the entrance/common area. All walls shall be prefabricated with ballistic rubber attached offsite. The only work on the delivery site shall be to unload the walls/sections and assemble them into the house structure configuration. The vendor shall provide all necessary equipment to unload all shoot house pieces and parts and completely assemble the house on the designated site., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Fort Carson intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC Fort Carson is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The Government intends to award a firm fixed priced contract on the basis of technically acceptable offeror, delivery of items must be received on or before 30 November 2011 and lowest evaluated price which meets or exceeds the requirement resulting from this solicitation. Offers will be evaluated on a pass or fail basis to determine whether the proposed items meet the salient physical, functional, or performance characteristics of the specifications attached. Contractors shall include in their offer descriptive literature such as illustrations, drawings, samples, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. 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.Delivery must be made within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Telephone inquiries will not be accepted and all questions concerning this solicitation should be addressed to SFC Terry L. Trent, Contract Specialist via email to Terry.Trent@Conus.army.mil. All questions or inquires must be submitted in writing prior to 12:00 p.m. Mountain Time, 21 September 2011. All quotes must be received by 2:00 p.m. Mountain Time, 4:00 p.m. Eastern Time on 22 September 2011. Quotes received after this time will not be considered. Quotes may be e-mailed to Terry.Trent@Conus.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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/83164e11f734e163e95def33863b6d4e)
- Place of Performance
- Address: Fort Carson, CO 80913
- Zip Code: 80913
- Zip Code: 80913
- Record
- SN02584536-W 20110922/110920235834-83164e11f734e163e95def33863b6d4e (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 |