MODIFICATION
W -- Lease of Environmental Control Units
- Notice Date
- 6/13/2011
- Notice Type
- Modification/Amendment
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124811R0004
- Response Due
- 6/15/2011
- Archive Date
- 8/14/2011
- Point of Contact
- SaLonda M. Ozier, 270-798-7810
- E-Mail Address
-
MICC - Fort Campbell
(salonda.m.ozier@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- MODIFICATION 1: To post the synopsis/solicitation in its entirety in the description section as well as to add the Wage Determination. 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 combined synopsis-solicitation is issued as a request for proposal W91248-11-R-0004. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. This requirement is being solicited as an urgent requirement in accordance with FAR 6.302-2, Unusual and Compelling Urgency and is therefore Unrestricted. The NAICS code is 532412 and the small business size standard is $7 million. The Government has an urgent requirement for a twelve (12) month lease of twenty-four (24) each Environmental Control Units (ECUs). The ECUs consist of: Line Item 0001 - Twenty-four (24) 30 ton air conditioning units with 150kW electric heater attachments to be added later for winter operations; and Quarterly maintenance for all ECUs shall be included in the price for Line item 0001; Line Item 0002 - Estimated one hundred (100) each twenty-five (25) foot sections of twenty (20) inch duct; Line Item 0003 - Estimated one hundred ninety-two (192) fifty-(50 ) foot sections of 4/0 Camlock Cable; Line Item 0004 - Labor to install twenty-four (24) 30 ton air conditioning units; Line Item 0005, Labor to Install twenty-four (24) 15kW Heaters; Line item 0006, Labor - Removal of twenty-four (24) ECU's; Line Item 0007, Roundtrip (Delivery and Pick Up at end of Lease Period) Freight for ECU's; Line Item 0008, Contractor Manpower Reporting, 1 Lump Sum. ECU's are required to be delivered and installed outside of twelve (12) Clamshell Buildings (LAMS) not later than twenty calendar (20) days after award of contract. See Bid Schedule, Performance Work Statement, (PWS) and Attachments. The provision at 52.212-1 Instructions to Offerors - Commercial Items, is applicable to this solicitation with the exception of paragraphs (e) and (h); provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - https://www.gsa.gov); 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.216-1 Type of Contract (Fill-in information, "firm fixed-price requirements"); and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The provision at 52.212-2 Evaluation --Commercial Items, applies to this solicitation. Factors to be considered are Price, Past Performance and Delivery/Installation. Offerors that demonstrate the capability to deliver/install in less than the required 20 day delivery date will be considered more favorable/advantageous to the Government. Delivery/ Installation is slightly more important than Past Performance. When combined, Past Performance and Delivery/Installation is slightly more important than Price. The Government intends to make a single award for all items to that offeror whose offer represents the best value to the Government in accordance with the evaluation factors. Offerors shall indicate past performance references to include contract number, description of leased equipment, Point(s) of Contact, and dollar amount. Offerors shall distribute the Past Performance Questionnaire to a maximum of three (3) recent (w/in three years), relevant (Lease of A/C or Heating Units) activities for completion of the questionnaire and submission of the attached questionnaire directly to Kevin Day, by facsimile: 270-798-7548, or email: kevin.day1@us.army.mil. In addition to past performance information, offerors shall also submit with their offer financial and supplier references (name of financial institution, where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). This information will be used to determine responsibility for the successful offeror. If an offeror has not completed the annual representations and certifications at the ORCA website, offerors are to complete paragraphs (b) through (i) of FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items and submit with their offer. The contract clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is addended to incorporate the following clauses: 52.228-5 Insurance-Work on a Government Installation; 52.252-2 Clauses Incorporated by Reference (Fill-in Information https://www.gsa.gov); 252.201-7000 Contracting Officer's Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252.242-7000 Postaward Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-50, Combating Trafficking in Persons; 52.233-3 Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I, 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards, 52.219-8, Utilization of Small Business Concerns, 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35, Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires, fill-in: Heating, Refrigeration and Air-Conditioning Mechanic, $23.10 - $3.19; and Forklift Operator, $17.30 - $2.330; and 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment. 52.232-18 -- Availability of Funds (Apr 1984) (This clause is applicable to Line Item 0005 and 0006 only). Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Contract clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is also applicable with the following additional DFARS clauses cited therein applicable: 252.203-3 Gratuities, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.205-7000, Provision of Information to Cooperative Agreement Holders, 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, 52.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment, 252.246-7004 Safety of Facilities, Infrastructure, and Equipment, 252.247-7023 Transportation of Supplies by Sea, 252.247-7024 Notification of Transportation of Supplies by Sea; and 5152.209-4000, DoD Level I Antiterrorism (AT) Standards. Solicitation also incorporates contract clause 52.207-5, Option to Purchase Equipment. Offers may be sent by fax to (270) 798-7548, ATTN: Kevin Day or emailed to the address below. Vendors shall include CAGE Code, DUNS, TIN and Past Performance Reference information with their offer. Proposals are due 15 June 2011, 3:00 p.m. (CT) at Mission & Installation Contracting Command, ATTN: Kevin Day, Bldg. 2172, 13 Street, Ft. Campbell, KY 42223-5334 email kevin.day1@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ff7f212e315647e5d80a1318f00d676f)
- Place of Performance
- Address: MICC - Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
- Zip Code: 42223-1100
- Zip Code: 42223-1100
- Record
- SN02470763-W 20110615/110613234104-ff7f212e315647e5d80a1318f00d676f (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 |