SOLICITATION NOTICE
J -- Remodel a government furnished 32' double axle trailer
- Notice Date
- 8/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- MICC - Fort Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
- ZIP Code
- 99703-0510
- Solicitation Number
- W912D0-12-10212211
- Response Due
- 8/27/2012
- Archive Date
- 10/26/2012
- Point of Contact
- Princess Speight, 907-353-1066
- E-Mail Address
-
MICC - Fort Wainwright
(princess.speight@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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The Solicitation number is W912D0-12-10212211 and is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a single firm fixed price purchase order. This requirement is a total set-aside for small business. Offers received from concerns that are not small business concerns shall be considered non-responsive and will be rejected (in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside which applies to this solicitation). The associated North American Industrial Classification System (NAICS) code for this procurement is 811121 with a small business size standard of $7.0M. Joint Base Elmendorf-Richardson (JBER) requires a non-personnel services contract to remodel an existing government provided 32' double axle trailer In accordance with the attached Performance Work Statement (PWS). NOTE: The Trailer is located in Anchorage, Alaska and will not be transported or shipped outside the State to remodel, repair or perform against this requirement LI 001, Contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, supervision, and other items necessary to perform the remodeling of a government furnished 32' double- axle, drop ramp enclosed auto trailer to be turned into a mobile medical simulation trailer identified in the PWS. Note: *Trailer exterior graphic logos have not been established at the time of this solicitation. Logo(s) will be provided before start of contract. Offeror(s) are responsible for factoring this into their quote., 1 EA. LI 002, Contract Manpower Report: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report all contractor manpower (including sub-contractor manpower) required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following address: https://cmra.army.mil As part of its submission, the Contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use the direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site., 1, EA. A site visit is being offered on 15 August 2012 at 1:00 P.M., Alaska Time Zone on Joint Base Elmendorf-Richardson (JBER). Actual location will be provided upon notice of attendance. Attendance is at the offeror's expense. Please submit, in writing, the names of attendees, and any questions they may have in advance by e-mail to princess.speight@us.army.mil, prior to 2:00PM Alaska Time Zone on 13 August 2012. a. Offerors are highly urged to inspect the trailer and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable, and to attend a pre-proposal conference. The purpose of this site visit and the conference is to eliminate any possible misunderstandings of the terms of the combined synopsis/solicitation. Technical questions will be addressed during the course of the pre-proposal conference. If the Government responses to technical questions affect the Performance Work Statement requirements or any other portion of the combined synopsis/solicitation, then an Amendment of the combined synopsis/solicitation will be issued. Remarks and explanations at the conference shall not qualify the terms of the combined synopsis/solicitation and Performance Work Statement. Unless the solicitation is amended in writing, it will remain unchanged. b. In no event shall failure to inspect the site constitute grounds for a claim or adjustment after contract award. c. If no one provides notice of attendance, the site visit will be canceled. No other site visits will be scheduled or authorized It is the Government's intention to award without discussions. Offerors are encouraged to present their best technical proposals and prices in their initial proposal submission. However, in accordance with (IAW) FAR Part 15.306, should discussions become necessary, the Government reserves the right to hold them. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable offeror, whose quote, conforming to the combined Synopsis/Solicitation, and PWS offers the lowest price technically acceptable (LPTA). Quote must be written in a logical, practical, clear and concise manner, containing all pertinent information in sufficient detail to provide the government with a clear understanding of the offeror's intent. CLAUSES: 52.252-2 Clauses Incorporated by Reference This solicitation incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following Internet address: www.farsite.hill.af.mil The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications- Commercial Items; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; www.farsite.hill.af.mil. Applicable clauses cited in FAR 52.212-5 are: FAR 52.204-10 Reporting Subcontract Award; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; 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 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Hires; FAR 52.237-1 Site Visit; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52-232-33 Payment by Electronic Fund Transfer; DFARS 252.203-7002 Regulations To Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 AltA Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications. Applicable clauses cited in DFARS 252.212-7001: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officals; and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quoters are to include a completed copy of the provision at FAR 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their quote. Quoter shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offerer has not completed the annual representations and certifications electronically at the ORCA website, the offerer shall complete only paragraphs (b) through (i) of this provision. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Offeror is required to provide their Federal Tax ID Number, Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil This requirement will close at 4PM EST, 27 August 2012. Deadline for questions are due no later than 23 August 2012. Any questions received after that date may not be answered. Forward any questions/quotes via e-mail to princess.speight@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2617720ec6c0fe4ce5f4798ccfc8fbb3)
- Place of Performance
- Address: Joint Base Elmendorf-Richardson (JBER), Alaska Richardson JBER AK
- Zip Code: 99505
- Zip Code: 99505
- Record
- SN02828967-W 20120809/120807235354-2617720ec6c0fe4ce5f4798ccfc8fbb3 (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 |