Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
DOCUMENT

E -- Purchase of Modular Office Unit - W912HN-08-R-0046

Notice Date
7/10/2008
 
Notice Type
W912HN-08-R-0046
 
NAICS
321991 — Manufactured Home (Mobile Home) Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-08-R-0046
 
Archive Date
8/15/2008
 
Point of Contact
John Mayo,, Phone: 9102514884, Candy Rudner,, Phone: 9102514436
 
E-Mail Address
John.P.Mayo@USACE.army.mil, Candy.S.Rudner@USACE.Army.Mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This notice is being posted as an avenue to provide Request for Quotation W912HN-08-R-0046. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a) (13), Exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is reserved exclusively for HUBZone small business concerns. The solicitation number is W912HN-08-R-0046, and the solicitation is issued as a request for quotation (RFQ). The NAICS code is 321991 with a small business size standard of 500 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. Description of Requirement: The Wilmington District of the Army Corp of Engineers requests the procurement of a Modular Office at John H Kerr Lake and Dam in Boydton, Virginia. The new modular office will be used as both office space and canteen. The private office space will need to accommodate 7 employees while the canteen/meeting area will need to accommodate 30 employees for small amounts of time. The minimum dimensions for this facility are 76 ft. by 24 ft. (A more detailed description is available in the attached RFQ). This Request for Quotation incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.arnet.gov/far/. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, apply to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. and includes the following clauses: 52.203-3, Gratuities; 52.233-2, Service of Protest; 52.219-3, Notice of Total HUBZone 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The provisions of the following FAR Clauses also apply to this solicitation: 52.247-34, F.o.b. Destination; 52.252-2, Clauses Incorporated by Reference; 52.202-1, Definitions; 52.204-7, Central Contractor Registration; 52.209-6, Protecting the Governments Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment; 52-237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.219-28, Post Award Small Business Program Representation; 52.203-6, Alt. 1, Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; and 52.247-21, Contractor Liability for Personal Injury and/or Property Damage. The provisions of the following DFARS Clauses apply to this solicitation: 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this solicitation; 252.204-7006, Billing Instructions; 252.212-7000, Offeror Representations and Certifications- Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; and 252.232-7003, Electronic Submission of Payment Request. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. 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 become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer 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. QUOTES ARE DUE NOT LATER THAN NOON, EASTERN DAYLIGHT TIME, 31 July, 2008. You are encouraged to submit quotes electronically. They may also be submitted on letterhead and faxed to the attention of the Contracting Officer, John Mayo at 910-251-4884. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) must be submitted along with each quote. The government reserves the right to cancel this solicitation. This announcement and written request for quote constitutes the only “Request for Quote” that will be made for this requirement. Electronic quotes are now being accepted vie email; John.P.Mayo@USACE.Army.Mil or by fax at (910) 251-4454.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fb69da1e0a2d0d571aaa1521cebebd65&tab=core&_cview=1)
 
Document(s)
W912HN-08-R-0046
 
File Name: Modular Housing Unit (W912HN-08-R-0046.pdf)
Link: https://www.fbo.gov//utils/view?id=0c5f37f0d93b84459fc8bbd1546c22b8
Bytes: 1,437.75 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: John H Kerr Lake and Dam, Boydton, Virginia, 23917, United States
Zip Code: 23917
 
Record
SN01610843-W 20080712/080710220923-fb69da1e0a2d0d571aaa1521cebebd65 (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.