SOLICITATION NOTICE
83 -- TENTS & LINERS
- Notice Date
- 9/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 453998
— All Other Miscellaneous Store Retailers (except Tobacco Stores)
- Contracting Office
- ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L-07-T-0159
- Response Due
- 9/25/2007
- Archive Date
- 11/24/2007
- 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, 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 Solicitation W9124L-07-T-0159 is a Request for Quote (RFQ) for tents and liners in accordance with the Governments requirement. VENDOR MUST PROVIDE THE FOLLOWING INFORMATION: * Company Name/Address: * DUNS #: * Cage Code: * Federal Tax ID: * Business Size: * Business Type: ____________(Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) * Delivery Date: days After Receipt of Order (ARO) * Point of Contact: * POC Phone/Fax/E-mail: * Total amount of Bid: $_____________ Current CCR Registration is Mandatory. PAYMENT WILL BE MADE BY GOVERNMENT PURCHASE CARD (VISA). THE GOVERNMENT WILL NOT AND CANNOT MAKE PAYMENT THROUGH PAYPAL. QUOTE SHOULD REFLECT FOB: DESTINATION Contact Rhonda Hutchins by email if you have any questions/concerns at rhonda.hutchins.conus.army.mil This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-19, Effective 17 August 2007. Notice of Total Small Business Set-Aside. Offers/bids are solicited from small business concerns. Offers/bids received from other than small business concerns shall be considered nonresponsive and will be rejected. The associated NAICS code is 453998541 512, Sic Code is 5999 and size standard is $6.5M. $23.5 million. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. The following items are to be delivered to DPTM, Range Division, Building 2583 Currie Road, Fort Sill, OK 73503. Please provide quote in spaces provided below: CLIN 0001: US GI GP Medium Tent, 16 x 32 x 10, NSN 8340-00-543-7787. Includes ropes and slips. Cloth: Vinyl, Condition: Unused or Near New. Tents may have been issued but not used. Tents may have some minor repairs due to related storage, shipping , or inspection damage but cloth is in new condition. Unit price $_____________x 94 each = extended price $______________. CLIN 0002: US GI Liner (for tents in CLIN 001), GP Medium, Complete, Cloth: Cotton/Mesh. Condition is unused. Unit price $__________ x 81 each = extended price $___________. To view/download a complete copy of the Request for Quote (RFQ) please view the DOC Homepage website, http://sill-www.army.mil/doc/ . For further information send email to: rhonda.hutchins@conus.army.mil The following provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1, Instruction to Offeror(s) -- Commercial items, and FAR 52.212-4 Contract Terms and Conditions Co mmerical Items The following provisions and clauses apply to this acquisition and are incorporated by Full Text: FAR 52.211-6 -- (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation.(b) To be considered for award, offers of equal products, including equ al products of the brand name manufacturer, must--(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;(2) Clearly identify the item by--(i) Brand name, if any; and (ii) Make or model number;(3) Include d escriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to m ake it conform to the solicit ation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror s hall provide the brand name product referenced in the solicitation.; FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items must be included with offer. Offeror shall provide DUNS number, CAGE CODE number, and TAX-ID number as spec ified in 252.204-7004 Alternate A, Required Central Contractor Registration. The following clauses in FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are clause is applicable to this acquisition: . The following FAR clauses within the aforementioned clause are being selected as appli cable to this acquisition: 52.219-6, 52.219-8, 52.219-28, and 52.223-9, 52.225-13. The following clauses are in incorporated with websites: FAR 52.252-1 Solicitation Provisions Incorporated by Reference and FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated websites: http://acquisition.g ov/comp/far/index.html and http://farsite.hill.af.mil. The following DFARS clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisiti on: 252.225-7001, 252.225-7012, and 252.247-7023. Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: 1.) APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (app roximately ? mile). Entrance to Apache Gate is on the left (south). 2.) PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and re gulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. 3.) CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. 4) CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. 5.) PAYMENTS The Government will process payments for supplies rendered under this contract through the Government-wide Commercial Purchase Card (GPC). The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours af ter shipping the supplies or performance of service (see block 9 of the SF1449 or block 6 of the DD1155 for the mailing address. The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313 The purchase card to be used is: GSA Sma rt Pay Purchase Card (GPC) 6.) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THEFOLLOWING FORMAT: 1. NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER.(MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4.SHIPPING AND PAYMENT TERMS. 5.COMPLETE MAILING ADDRESS. 6.TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. 7) EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other fa ctors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). 8.) CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. A ny desired explanation of this solicitation should be made in writing to Rhonda Hutchins at email rhonda.hutchins@conus.army.mil and Lisa Slagle at email lisa.g.slagle@conus.army.mil. Clarifications and/or questions are due by 12:00 p.m. on Tuesday, Septe mber 18, 2007. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. No phone calls, email only. Oral explanations will not be binding. 9.) COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. 10.) INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government req uirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Gover nment processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. 11.) NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either part y. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 12.) REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to insta llation/facility and conduct of operations shall be observed by the Contractor and his employees.
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Country: US
- Zip Code: 73503-0501
- Record
- SN01408648-W 20070917/070916065842 (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 |