SOLICITATION NOTICE
54 -- PRECAST CONCRETE ELECTRONIC EQUIPMENT SHELTER
- Notice Date
- 3/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 327390
— Other Concrete Product 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
- W9124R-07-T-1039
- Response Due
- 3/12/2007
- Archive Date
- 5/11/2007
- 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 and Part 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This an nouncement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Fa c 2005-15, Effective 12 Feb 2007 & Class Deviation 2005-o0001 and Defense Federal Regulation Supplement (DFARs), current to DCN 20070212. The awarded contract will be a firm fixed price. It is anticipated that payment will be made by Government Visa Cred it Card. This action is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) is 327390 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Note: that this solicitation is for a precast concrete electronic equipment shelter and that steel or other types of shelters are unacceptable and such offers will not be accepted. The proposal shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 02, Unit of Issue: Each, Description: PRECAST CONCRETE ELECTRONIC EQUIPMENT SHELTER, 24 FEET W X 30 FEET L X 10 FEET H. THE STATEMENT OF WORK/SPECIFICATION S AND DRAWINGS ARE AVAILABLE ON THE U.S. ARMY CONTRACTING AGENCY YUMA WEBSITE http://www.yuma.army.mil/contracting/ Shelter shall be delivered and installed within 90 days after date of award at the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # W9124R-07-T-1039 and emailed to Tejae.Craig@yuma.army.mil or s ent by facsimile to 928-328-6849 no later than the 12 March 2007 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Tejae.Craig@yuma.army.mil no later than 08 March 2007, 11:00 a .m. 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 consideration. The following FAR Clauses an d Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006) with A lternate 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 referenced provision, copy and paste it to a W ord Document and complete. If you are registered in the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted you are only required to submit a signed copy of section (k) of FAR Claus e 52.212-3 in place of 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and FAR 52.236-12 Cleaning Up (Apr 1984). FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 Evaluation 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 low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past pe rformance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importa nce, and third is price. Technical proposals will be reviewed for compliance with the description, specifications, and statement of work for this requirement. Past performance will then be evaluated for all offerors whose technical proposal has been deter mined acceptable. Offerors shall include in their proposals, past performance information on at least two other contracts in which they provided that same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Co mpany/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 (Nov 2006) apply to this acquisition. Specific c lauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995), 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.219-8 Utilizat ion of Small Business Concerns (May 2004), 52.219-14 Limitations on Subcontracting (Dec 1996), 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 (Fe b 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-3 7 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006). 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004). 52.232-33 Payment by Electronic Funds Tra nsfer Central Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (May 1999). DFAR 252.212-7000 Offeror Representations and Certification Commercial Items (Jun 2005). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007) applies to this acquisition, and specifically FAR 52.203-3 Gratuities (Apr 1984), 252.225-7000 Buy American Act--Balance of Payments Program Certificat e (Jun 2005), 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Haw aiian Small Business Concerns (Sep 2004), 252.232-7003 Electronic Submission of Payment Requests (May 2006), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Tejae Craig via email to Tejae.Craig@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. SEE NOTE 1.
- 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
- Zip Code: 85365-9106
- Record
- SN01243915-W 20070307/070305220719 (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 |