SOLICITATION NOTICE
56 -- Soundproof Window Panel System
- Notice Date
- 8/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
- ZIP Code
- 78234-7517
- Solicitation Number
- W912CL-07-T-0028
- Response Due
- 8/27/2007
- Archive Date
- 10/26/2007
- Small Business Set-Aside
- Total Small Business
- Description
- SOUNDPROOF WINDOW PANEL SYSTEMS. 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 acquisition is 100% set-aside for small?business.?The associated North American Industry Classification System (NAICS)?code is 332321. The small busine ss size standard is 500 Employees.?This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. The RFQ has two (2) line items.? Line Item 0001:?S oundproof Window Panel System, 7 feet wide by 5 feet tall to fit into prefabricated wooden frames which are 7 feet wide by 5 feet tall by 8 inches, quantity 5 each. Line Item 0002:?Shipping, Cost to ship window panel systems to delivery destination. Window panel systems must be designed to meet a minimum STC rating of 47.?The installation will be performed by military engineers at the final location. The system will be indoors, with no hurricane impact protection rating required. They are to be painted whit e on metal frames. There is no tinting on the windows. Offer/quote should include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the?solicitation. This includes installation instructi ons, shop drawings, and descriptive literature,?FOB point is Destination (Transatlantic Lines, LLLC Blount Island Marine Terminal 8998 Blount Island Blvd Jacksonville, FL 32226). The government intends to award a purchase order resulting from this?solicita tion to the responsible quoter whose quote conforming to the?solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes:? price and technical acceptability. Respondin g contractors shall include quotations, installation instructions, shop drawings, and descriptive literature with their response to allow the government to make a complete evaluation and?appraisal of the offering with respect to the requirements set forth in this?combined synopsis solicitation. Solicitation provision at FAR 52.212-1, Instructions to Offerors - Commercial?(Sep 2006) are hereby incorporated by reference. Award will be made to the?technically acceptable offeror with the lowest price, see FAR 5 2.212-2 Evaluation Commercial Items (Jan 1999).?All offerors shall include with their offers a?completed copy of provision 52.212-3, Offeror Representations and Certification?Commercial Items (Nov 2006).?Clause 52.212-4, Contract Terms and Conditions,Comme rcial Items (Feb 2007), is hereby incorporated by reference.?The?following additional FAR clauses cited in FAR 52.212-5, Contract Terms and??Conditions Required to Implement Statutes or Executive Orders, Commercial Items?(Jun 2007), 52.212-5 Contract Term s and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2007) (Deviation) are applicable to the acquisition;?52.203-6, Restrictions on Subcontractor Sales to the Government; 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 Opportunity (Mar 2007); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2006); 5 2.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-1 Buy American Act-Supplies (Jun 2003); 52.232-33 Pay ment by Electronic Funds Transfer- Central Contractor Registration; The following DFARS clauses?apply to this acquisition:?DFARS 252.212-7001, Contract Terms an d Conditions?Required to Implement Statutes or Executive Orders Commercial Items (Apr 2007; 52.203-3 Gratuities; DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); DFARS?252.225-7001, Buy American Act and Balance of Payments Program;, D FARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023 (i), Transportation of Supplies by Sea and (ii) Alternate 1; DFARS 252.204-7004, Required Central Contractor Registration. Copies of all provisions and clauses, including Representati ons and Certifications, are available at http://farsite.hill.af.mil/.??IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment?Requests. Section 1008 of the Nation al Defense Authorization Act of Fiscal?Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statu tory requirement.?Use of the basic system is at no cost to the contractor. Contractors must?complete vendor training, which is also available at no cost, at??http://www.wawftraining.com.?Prior to submitting invoices in the production?system, contractors mu st register for an account at https://wawf.eb.mil/. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award,?during performance, and through final payment of any con tract resulting from this solicitation. All proposals, Representations and Certifications, and Central Contractor?Registration Information are due 16:00 PM CDT on 22 August 2007 and must be?submitted to Charles Blakeslee, Army Contracting Agency The Amer icas, 2450 Stanley Road, STE 320, Ft Sam Houston, TX 78234 emailed to charles.blakeslee@us.army.mil, or faxed to?(210) 295-6834.?For information concerning this solicitation, contact Charles Blakeslee at (210) 295-6070 or Charles.blakeslee@us.army.mil. Con tractors must be registered in CCR prior to award for solicitations issued after 31 May 1998.? Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website:?http://ccr.edi.disa.mil/ccr/cgibin//query.pl.?For more information on W912CL-07-T-0028 please contact the Contracting Officer identified above.
- Place of Performance
- Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
- Zip Code: 78234-7517
- Country: US
- Zip Code: 78234-7517
- Record
- SN01378512-W 20070822/070820221427 (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 |