Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2006 FBO #1713
SOLICITATION NOTICE

78 -- Alpine 5 Station Mobile, Fiberglass, Climbing Wall. Climbing Wall proposed must be equal to or better than the Alpine 5 manufactured by American Rock Climbing.

Notice Date
8/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q06T0053
 
Response Due
8/11/2006
 
Archive Date
10/10/2006
 
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. 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. This solicitation number W9127Q-06-T-0053 is issued as a Request for Quote. The solicitation and incorporated provisions and c lauses are in effect through Federal Acquisition Circular 2005-10. This solicitation is set aside for Small Business. NAICS for determination of size status is 339920, Size Standard is 500 employees. CLIN 0001  Three (3) each Alpine 5 or equal Station M obile, Fiberglass Climbing Walls. Offeror must provide documentation or information which will enable the Government to determine the Climbing Wall being quoted is in fact equal to an Alpine 5 station mobile, fiberglass climbing wall. Quotes should incl ude the trailer to move the climbing wall from one destination to another. One (1) 31 foot aluminum/powder coated steel tandem axle trailer with hydraulic lift system to erect the climbing wall. The trailer should have two (2) sets of outriggers for stab ilization, heavy duty all wheel electric brakes, and emergency brake. The hydraulic lift should be enclosed in an aluminum box to seal out moisture and dirt when traveling. The Contractor shall provide as a minimum ten (10) climbing harnesses, two hundre d (200) hand holds installed, twenty five (25) spare holds, five (5) MSA Redpoint Descender auto belays to accommodate five (5) climbers at once. Deep cell batteries are required for the hydraulic lift. The dual axle trailer needs over-sized steel belted radial tires. Trailer should have 2-5/16 trailer hitch. Heavy duty remote control with extended cord is required. Contractor shall deliver, set up and train Government personnel on the equipment. In addition, the trailer should be equipped with all e lectrical, all wheel brakes, tandem axle, hydraulic lift auto-belays, hand holds, carabiners, harnesses, misc hardware and tools, all operation and safety manuals, training requirements and manuals. Climbing walls must meet ASTM F-24 standards. Climbing wall shall be detachable from the trailer to use as a free-standing wall indoors if needed. Climbing wall shall have adjustable 5000 pound jacks to adjust for un-level ground. Quote should include shipping to Jackson, MS 39232. The following clauses apply: FAR 52.212-1, Instructions to Offerors; 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, the following provisions apply, 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era,52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33, Payment by Electronic Funds Transfer  C entral Contractor Registration; 52.232-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clauses are FAR 52.247-34 FOB Destination. Offer must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial with its offer. APPLICABLE DFARS CLAUSES are 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation. Due to the urgent need of this requirement, the proposal is due no later than 11 August 2006, to USPFO-MS-PC, Attn: Jerri Winfield, 144 Military Drive, J ackson, MS 39232-8860. Proposals may be e-mailed to jerri.winfield@us.army.mil or faxed to: 601-313-1569 (e-mail is the preferable method). CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible f or award of a contract. To register on line go to http://www.ccr.gov. The Contracting Offices web site is located at: http://www.ngms.state.ms.us/uspfo/.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN01105578-W 20060805/060803222017 (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.