Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

81 -- Sealand Storage Containers for Fort McCoy, WI

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-06-T-0097
 
Response Due
9/15/2006
 
Archive Date
11/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-06-T-0097 is issued as a Request for Quotation (RFQ) and is due by 1630 hours CST, 15 September 2006. This solicitation is set as ide for small business participation under NAICS code 332439 with a small business size standard of 500 employees. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. CLIN 0001 Quantity 36 each. Storage container, 20 feet x 8 feet w x 8 1/2 feet h, new or used, wind and watertight storage grade, standard sea-land container, doors able to be locked/secured, reinforced steel frame, ground-level entry and space to accomm odate forklifts, forklift pockets for moving, must be no leaks throughout or around the cargo doors, corrugated steel sides and end walls, die-stamped steel roof, 1 1/16 inch thick marine grade flooring, corrugated double-hinged double-swing doors at one e nd, corner fittings on all corners. The full text of provisions and clauses incorporated herein may be accessed electronically at the following site: http://farsite.hill.af.mil and http://aca.saalt.army.mil/ACA/docs/Community/FinalACA_AI_Nov_2005Rev_11_03_05.doc. The following provisions a nd clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial (no addenda); FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items; 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 with the following applicable clauses in paragraph (b): 52.219-6, Notice of Total Small Business Set Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor -Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affi rmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transf er-Central Contractor Registration; DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with the following applicable clauses in paragraph (b): 25 2.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea, Alt III; ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. In ac cordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard c ommercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors complete mailing and remittance addresses, price, discount terms, DUNS number, and Tax Identification Number. PROSPECTIVE CON TRACTORS SHALL ALSO complete electronic annual representations and certifications at http://orca.bpn.gov. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not b ecome registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Off icer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DU NS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. QUOTES MAY BE SUBMITTED by mail, Email or fax. If you have questions, contact Kris Murray, Contract Specialist, kris.murray@us.army.mi l. Telephonic requests for information are discouraged. Quotes must be received at ACA Contracting, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153, no later than 15 September 2006, 1630 hrs CST.
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01139803-W 20060913/060911221236 (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.