Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
SOLICITATION NOTICE

72 -- Various Artwork - Ft. Leonard Wood and Ft. Riley

Notice Date
9/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
453920 — Art Dealers
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-11-G-I007
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
Hillary R. Smith, 256-895-2556
 
E-Mail Address
USACE HNC, Huntsville
(hillary.r.smith2@usace.army.mil)
 
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. The solicitation number is W912DY-11-G-I007 and is issued as a request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This is a total small business set aside. The associated NAICS code is 453920. The Small Business Size Standard is 500 employees. The Contractor shall provide and install artwork products as listed in the attached Artwork Product Listings. The Artwork product list identifies the artist name, title of the artwork, the location of where the artwork will be installed at the installation, and the image size required under this requirement. This purchase order shall include all artwork listed in the Artwork product list, delivery and installation. Required Delivery: All products shall be shipped FOB destination and shall be delivered to the project location as described in the PWS. In accordance with FAR 52.212-1, Instructions to Offerors - Commercial Items the following is provided: Quotes shall be submitted to the contracting office no later than 12:00 P.M Central Time on 26 September 2011. All quotes shall be submitted via email to the attention of Sentrae Davis at Sentrae.A.Blanchard@usace.army.mil. Any questions regarding this solicitation should be directed to Sentrae Davis, via email, at Sentrae.A.Blanchard@usace.army.mil. Quoters shall complete the "CLINS" tab in the file "59987D-CE09001J3_PriceQuoteInfo.xls" to show quoted total prices for each CLIN anticipated in the delivery order. Quoters shall complete the "Products" tab for each project in the file "59987D-CE09001J3_PriceQuoteInfo.xls" to show list and discounted prices for each piece of artwork listed in the Artwork Product list for each project number provided with this RFQ. Unit prices shall be the prices for one each of the identified item numbers listed. Extended prices shall be the unit prices multiplied by the quantity required. In accordance with FAR 52.212-2, Evaluation - Commercial Items, the fill-in information at FAR 52.212-2(a) is as follows: The government will select the most highly rated quote addressing the evaluation factors as listed in the order of importance. Schedule is the most important factor. Technical Capabilities and Price are equal in value. The non-price factors are more important than price. Evaluation Factors: Factor 1 - Schedule. There is a 5 page limitation. Offerors shall provide their schedule for execution of the order. Milestones shall include, at a minimum, the milestones listed in Section 6 of the PWS. The schedule shall include a narrative explaining how the Offeror will meet the schedule requirements in the PWS. The schedule must, at a minimum, comply with the milestones listed in the PWS. The Government is seeking a schedule to achieve the earliest possible delivery and installation dates. The quoter shall provide a schedule with the shortest reasonable, realistic and achievable durations for the work plan, manufacturing/delivery and installation. Overtime labor may be included in the quote to support this schedule. If overtime is included, revise the Excel price spreadsheet attached as necessary to show separate labor rates and labor hours for regular time and overtime for all affected labor categories. Factor 2 - Technical Capabilities Offerors shall demonstrate technical capability and proficiency in satisfying the supplies and services requirements as defined in the Performance Work Statement (PWS). The technical information shall not make reference to price data. The technical information shall, as a minimum, contain the information specified below. (1) Narrative. There is a 10 page limitation. The offeror shall identify all products to be included for consideration under this solicitation. The offeror shall provide sufficient discussion to clearly illustrate the ability of the products to comply with all product requirements in section 4 of the PWS. Products shall meet all salient characteristics as defined in the PWS. The narrative shall include details of the offeror's warranty terms. (2) Product Brochures and Cut Sheets. There is no page limitation for product brochures. If the quote includes the exact products as defined in the Artwork product list, then product brochures and cut sheets are not required. If any other products are included in the quote, the offerors shall submit product brochures and cut sheets for these products. These documents shall address all of the technical product requirements in the PWS and verify that all requirements are met. If brochures or cut sheets include preprinted legends that deviate from the terms of this RFQ, such as "Products and prices subject to change without notice," then the offerors shall include a statement in the quotes that any such preprinted legends will not be effective for this procurement. Factor 3 - Cost/Price There is no page limitation for cost/price information. Cost/price information shall be provided by completing the file, "59987D-CE09001J3 _PriceQuoteInfo.xlsx" provided with the RFQ, plus providing additional information as defined below. Offerors shall complete the "CLINS" tabs in the file "59987D-CE09001J3_PriceQuoteInfo.xlsx" to show quoted total prices for each CLIN anticipated in the delivery order. For services, the offeror shall provide labor rates and number of hours required for each rate to provide the services, for each labor category. The exact list of CLINs in the "CLINS" tab may be altered as needed to show the CLIN structure for all products and services required for this order. Offerors shall complete the "Products PN59987D " and "Products PN CE09001J3" tabs in the file "59987D-CE09001J3 _PriceQuoteInfo.xlsx" to show list and discounted prices for each of the items listed in the CID list file provided with this RFQ. Unit prices shall be the prices for each one of the identified CID item numbers listed. Extended prices shall be the unit prices multiplied by the quantity required. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR 52.212-4, Contract Terms and Conditions - Commerical Items is applicable to this acquisition and is hereby incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items is applicable to this acquisition and is hereby incorporated by reference. In conjunction with FAR 52.212-5, the following FAR clauses are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-1, Buy American Act Supplies; 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, as Amended; 52.222-43, Statement of Equivalent Rates for Federal Hires. The following DFARS clauses are applicable to this acquisition and are hereby incorporated by reference: DFARS 252.227-7001, "Buy American Act and Balance of Payment Program", DFARS 252.225-7012, "Preference for Certain Domestic Commodities"; DFARS 252.225-7036, "Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program (ALT I)" 252.243-7002, "Certification of Requests For Equitable Adjustment". In accordance with FAR 52.215-1(f)(4), The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. In accordance with FAR 52.215-1(f)(6), The Government reserves the right to make multiple awards, if after considering the additional administrative costs, it is in the best interest of the Government to do so. CCR Requirement - Offeror must be registered in Central Contractor Registration (CCR) and provide a DUNS number before an award can be made. If not registered in CCR, offeror may do so by going to the CCR website at http://www.ccr.gov. A DUNS number can be obtained through information at the following Internet site: www.dnb.com, or by calling 800-234-3867.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-G-I007/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02588187-W 20110924/110922235347-f266f9dbe93ec4fe482cbe6b8aad45da (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.