Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2013 FBO #4149
SOLICITATION NOTICE

78 -- Broken Arrow and Muskogee Readiness Center Fitness Equipment

Notice Date
4/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
USPFO for Oklahoma, 3501 Military Circle, Oklahoma City, OK 73111-4398
 
ZIP Code
73111-4398
 
Solicitation Number
W912L6-13-T-0002
 
Response Due
5/3/2013
 
Archive Date
6/1/2013
 
Point of Contact
John B. Merlette Jr., 405-228-5573
 
E-Mail Address
USPFO for Oklahoma
(john.b.merlette.mil@mail.mil)
 
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 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 combined synopsis/solicitation W912L6-13-T-0002 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. The applicable NAICS code is 339920; SBA Size Std: 500 employees. This combined synopsis/solicitation has no DPAS rating. The Oklahoma National Guard has a requirement to procure fitness equipment to be delivered and installed at two locations; the Oklahoma National Guard Broken Arrow Readiness Center located at 8000 E New Orleans Broken Arrow, OK 74014 and the Oklahoma National Guard Muskogee Readiness Center located at 6800 South Cherokee Street Muskogee, OK 74403. Details on the requirement are to follow. This requirement is subject to availability of funding per FAR 52.232-18. Request for Proposal (RFP) for brand name or equivalent items pursuant to FAR Part 11.104 and offerors are encouraged to propose items that meet or exceed the specifications of the items listed in the attachment. Interested Offerors are required to submit a price quotation and technical specifications on items proposed that conform to the technical specifications provided. Offeror is to include all freight and installation costs if applicable and to specify the delivery and installation schedule on proposal to include lead times. Evaluation - Award will be made on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed. Dimensions and machine weights on items are approximate and small size and machine weight deviations are acceptable on equivalent items. Offers that exceed funds availability or do not meet minimum item requirements and specifications of the items listed will not be considered for award. The Offeror must be registered in System for Award Management (SAM) to be eligible for award. Set Aside - Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: In accordance with FAR Subpart 19.1405, Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside Procedures, any award under this solicitation will be made on a competitive basis first to a SDVOSB concern in accordance with FAR 19.1405. If there are no acceptable offers from SDVOSB concerns, the SDVOSB set-aside shall be withdrawn and the requirement, if still valid, set-aside for small business concerns, as appropriate. If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. The prime contractor must complete at least 51% of the work performed to be eligible for award. All proposals are due by 3:00 p.m. CST on 03 MAY 2013. If there are any questions regarding this solicitation please email to CPT John Merlette at john.b.merlette.mil@mail.mil. Close of questions will be 3:00 p.m. on 26 APR 2013. Submit proposal by email to john.b.merlette.mil@mail.mil or fax to 405-606-7921. This requirement is subject to availability of funding per FAR 52.232-18. The Government anticipates making award without discussions. Therefore, offerors should submit their best and final offer to include alternate proposals. The Government reserves the right to make an award solely on initial proposals received. Offerors bear the burden of ensuring that proposals (and any authorized amendments and samples) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the proposal must reach the office before the deadline specified in this solicitation. The vendor bears the risk of non-receipt of electronically transmitted proposals and should confirm receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA34/W912L6-13-T-0002/listing.html)
 
Place of Performance
Address: Broken Arrow Readiness Center 8000 E New Orleans Broken Arrow OK
Zip Code: 74014
 
Record
SN03026127-W 20130404/130402234626-6476623ba0702bc90b235beb90d832df (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.