Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2006 FBO #1762
SOLICITATION NOTICE

54 -- Pre-engineered Steel Building

Notice Date
9/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R06T0096
 
Response Due
9/27/2006
 
Archive Date
11/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Solicitation Number: W9124R-06-T-0096 Response Date: September 27, 2006 at 12:00PM Noon Mountain Standard Time (MST) Technical Questions: September 25, 2006 at 12:00PM Noon Mountain Standard Time (MST) This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented w ith additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotation (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Ac quisition Procedures under the Federal Acquisition Regulation (FAR) Part 12  Acquisition of Commercial Items and Part 13  Simplified Acquisition Procedures, The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 and Class Deviation 2005-o0001 dated 04 August 2006 and Defense Federal Acquisition Regulation (DFAR) Supplement, curre nt to DCN 20060814 edition. The awarded contract will be firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. Offerer shall account for any costs associated with accepting credit card payment in the submitted quotat ion. This commercial item acquisition is being solicited as 100% small business set-aside. The North American Industry Classification System (NAICS) is 332311 with a size standard of 500 employees. All prospective offerors must be actively registered in t he Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The quotation shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: Pre-engineered Steel Bu ilding. The Pre-engineered Steel Building Specifications and CSS are located at the U.S. Army Contracting Agency Yuma web site at: http://www.yuma.army.mil/contracting /rfp.html. All quotations shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, Arizona 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. All quotations shall be clearly marked with Request for Quotation referencing number W9124R-06-T-0096 and emailed to christina.mokrane@yuma.army.mil or sent by facsimile to 928-328-6849 no later than September 27, 2006 at 12:00PM NOON Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to christina.mokrane@yuma.army.mil no later than September 25, 200 6 at 12:00PM Noon Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from cons ideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jan 2006) and FAR provision 52.212-3 Offeror Representations and Certifica tions Commercial Items (March 2005) with Alternate I (Apr 2002). ( Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the ref erenced provision, copy and paste it to a Word Document and complete) An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and C ertifications Application (ORCA) web site at http://orca.bpn.gov . FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) apply to this acquisition, addendas attached are: FAR 52.247-34 FOB Destination (Nov 1991). Pursuant to FAR 52.212- 2 Evaluat ion Commercial Items (Jan 1999), award will be made on a best value basis and the Government reserves the right to award to other than the lowest offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to me et the requirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals w ill be reviewed for compliance with the Performance Specifications. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Price will then be evaluated for offerors whose technical proposal and pas t performance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more sign ificant. Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Aug 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportuni ty (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment reports on Special Di sabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001),52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006) applies to this acquisition, and specifically 252.225-7001 Buy American Act Trade A greements Balance of Payments Program (Jun 2005) and 252.232-7003 Electronic Submission of Payment Requests (May 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Chri stina Mokrane via email to christina.mokrane@yuma.army.mil or by facsimile (928) 328-6849 for notification of amendments.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01150991-W 20060923/060921221337 (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.