Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2005 FBO #1336
SOLICITATION NOTICE

83 -- DEPLOYABLE RAPID ASSEMBLY SHELTER

Notice Date
7/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-05-T-0465
 
Response Due
8/1/2005
 
Archive Date
9/30/2005
 
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 number W912CN-05-T-0465 is issued as a request for quote (RFQ), and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. T he Government intends to award a contract to a scheduled GSA holder. Provide the GSA contract number and copy of the GSA schedule or a website where the GSA schedule can be downloaded. The North American Industry Classification System code is 314912, wit h a small business standard of 500 employees. The acquisition is a firm-fixed contract to purchase Item 0001, 1/Lot = Deployable Rapid Assembly Shelter Medical Company, 2 Each - Drash 6XTBT, P/N 100600TG, 1 Each  Drash 6XB, P/N 100600G, 2 Each  Drash 4 XBT, P/N 1004GTG, 1 Each Drash 4XB, P/N 100400G, 1 Each  Door Boot XB-BQ Required, P/N 109975G, 3 Each  XB TO XB Connector, P/N A612160, 3 Each  Steel stake pin sets, P/N 9981, 3 Each  steel stake pin set, P/N 9931, 5 Each  shelter spare parts XB, P/ N 190223G, 5 Each 4-Bulb light set w/wire pkg, P/N H300000-4, 3 Each  D901 heater, P/N 83041G, 1 Each  system VI XB Plenum, P/N 193205, 3 Each  4XB/XBT Plenum, P/N 193052, 2 Each -power distribution unit 60 Amp feed through (version one), P/N T2-93000, 2 Each  power distribution cord, 50 ft 60 am, P/N T2-93305. ITEM 0002, 1 LOT = Deployable rapid assembly shelter jump teams, 1 Each  Drash 4XB, P/N 100400G, 1 Each  Door boot XB-BQ required, P/N 100975G, 1 Each  shelter spare parts XB, P/N 190223G, 1 Each  4 bulb light set w/wire pkg, P/N H300000-4, 1 Each  D901 heater, P/N 83041G, 1 Each  4XB/XBT plenum, P/N 1930282. ITEM 0003, 1/LOT = 3 Each  Drash 6XB, P/N 100600G, 2 Each  XB TO XB connector, P/N A612180, 3 Each  steel stake pin sets (addl) , P/N 9981, 5 Each  shelter spare parts XB, P/N 190223G, 5 Each  4 bulb light set w/wire pkg, P/N H300000-4, 1 Each  system VI XB plenum, P/N 193206, 2 Each  4XB/XBT plenum, P/N 193062. ITEM 0004, 2/EA = 2 Each  power distribution unit 60 amp feed th rough (version one), P/N T2-93000. ITEM 0005, 2/EA = 2 Each  power distribution cord, 50ft 60 am, P/N T2-93305. ITEM 0006, 30/EA =, trailer spare parts deployment packages (two per trailer for 225,325, and 8TH FST). ITEM 0007, 1/EA = HP2U 8-Ton ECU/35 KW generator. ITEM 0008, 1/LOT = Freight. Delivery of equipment shall be made FOB destination to Schofield Barracks, HI. 96857. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply. Addendum to FAR 52.212-1: Paragraph (h), Multi ple awards  Delete entire paragraph. Substitute Single Award. The Government plans to award a single contract resulting from this solicitation. FAR 52.212-2 Evaluation  Commercial Items  As a minimum, the proposal shall contain (1) Descriptive Lite rature to determine product acceptability; (2) Listing of past performance (contract references, include name/address/phone); (3) Ability to meet the delivery schedule; (4) Price/Cost of the Brand name or equal as described in all contract line items. Off erors who fail to follow the format and requirements listed in 1 through 8 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be considered. Award will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performance, ability to provide past performance and ability to meet the delivery schedule. The government may award a contract based on initial offers received, without d iscussion of such offers; therefore, initial offer should contain the offerors best terms from a cost or price and technical standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications  Commercial Items and 52.212-7000 Offeror Representations and Certifications  Commercial Items with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions  Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.20 3-10, Price or Fee adjustment for Illegal or Improper Activity 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Compliance Evaluation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Do uble Sided on Recycled Paper; 52.204-7001 Commercial and Government Entity Cage Code Reporting; 52.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.212-7001 Contract Terms and Conditions Required to Implement Statute s; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer  Central Contractor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic Funds Transfer Payment; 52.233-2 Service of Protest; 52.204-1 Approval of Contract. The following DFA R Clauses applies: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy America n Act  Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Preference for Domestic Hand or Measuring Tools; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY - DES IRED DELIVERY SCHEDULE, CLINs 0001 and 0007, 90 days after date of award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's propos ed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE Item 0001 and 0007 within 90 days after date of award. The Defense Priorities and A llocations System (DPAS) does not apply. Descriptive literature and past performance shall be mailed or faxed to the Army Contracting Agency, RCO-HI, ATTN: SFCA-PRH-C, Building 520 (Basement), Fort Shafter, Hawaii 96858-5025, Fax numbers (808) 438-6544 o r 438-1337 no later than 08/01/2005, 10:00 A.M. Hawaii Standard Time. For information regarding this solicitation, contact Kathleen Verbeckmoes (808) 438-6535, extension 210, or Geri Ambrosio (808) 438-6535, extension 187. All responsible sources may sub mit an offer. No telephonic requests for the solicitation package will be accepted.
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN00852996-W 20050724/050722212243 (fbodaily.com)
 
Source
FedBizOpps.gov 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.