Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2012 FBO #3928
MODIFICATION

71 -- THIS SOLICITATION IS FOR THE FURNISHING AND INSTALLATION OF WALL LOCKERS AT NATIONAL GUARD ARMORIES ACROSS THE STATE OF ALABAMA.

Notice Date
8/24/2012
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
USPFO for Alabama, P.O. Box 3715, Montgomery, AL 36109-0715
 
ZIP Code
36109-0715
 
Solicitation Number
W912JA12QWL01
 
Response Due
9/17/2012
 
Archive Date
11/16/2012
 
Point of Contact
William C. Kast, 334-271-7333
 
E-Mail Address
USPFO for Alabama
(william.c.kast@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT #1 dated 24 August 2012 - see end of document for amendment language This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W912JA-12-Q-WL01 (W912JA12QWL01) for Wall Lockers is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This solicitation is UNRESTRICTED and open to all SAM-registered contractors. The NAICS code (given here for reference only) is 337215. ITEM DESCRIPTION: 1,902 each Wall Lockers meeting the following specifications: Size: 24" deep x 42" wide x 78" high 1-1/2" square, #10 gage welded mesh; welded to 1-1/4" x 1-1/4" 1/8" angle frame; wire mesh on front and both sides for visibility Doors: double doors with heavy duty hinges; frame 1-1/4" x 1-1/4" x 1/8" angle frame; door handle with 3-point locking system that locks with a padlock 16GA sheet metal base to hold up to 200lbs. 16GA sheet metal top 2 each metal shelves; adjustable, will hold up to 100lbs each Coat rack below 2nd shelf All hardware supplied and installed by vendor Finish: Grey Acrylic Enamel Number Plate Note: Furnish picture with quotation. Lockers are to be installed at armory locations provided below. Note that you may request an Excel copy of this listing by requesting through William.c.kast@us.army.mil. I realize the list below loses its formatting when listing it on FedBizOpps. So, please request a copy via email and I will furnish as soon as practicable. MACOMUNIT# LocationADDRESS TSC111 OD12OPELIKA300 CONSUMER AVE OPELIKA, AL 36801 TSC122D TSC38SELMA3443 US HWY 80 WEST SELMA, AL 36701 TSC128 MED15ASHLANDP.O. BOX 8 ASHLAND, AL 36251 TSC129 ASMC45CENTREVILLE185 WALNUT ST CENTREVILLE, AL 35042 TSC135 ESC131BIRMINGHAM255 WEST OXMOOR RD BIRMINGHAM, AL 35209 TSC158 MAINT50TALLASSEE2382 GILMER AVE TALLASSE, AL 36078 TSC167 TSC140ANNISTON424 GOODE RD FT MCCLELLAN, AL 36205 TSC279 AFSB10HUNTSVILLE2824 GREEN COVE RD HUNTSVILLE, AL 35805 TSC441 OD20HUNTSVILLE2499 JOHNSON RD SW HUNTSVILLE, AL 35805 TSC641 OD8DALEVILLE660 US HWY 84 WEST DALEVILLE, AL 36322 TSC666TH OD22JACKSONVILLE1655 A SOUTH PELHAM RD JACKSONVILLE, AL 36265 TSC778TH 32JACKSON 2405 COFFEVILLE RO JACKSON, AL 36545 TSC781ST10FORT DEPOSITP.O. BOX 391 FT DEPOSIT, AL 36032 TSC1103 CSSB10EUFAULA1684 N. EUFAULA AVE EUFAULA, AL 36072 TSC1169TH5HUNTSVILLE2824 GREEN COVE RD HUNTSVILLE, AL 35805 TSC1200 CSSB40ASHLANDP.O. BOX 8 ASHLAND, AL 36251 TSC1207 QM10GOODWATER20430 ALABAMA HWY 9 GOODWATER, AL 35072 TSC1208 QM20GOODWATER20430 ALABAMA HWY 9 GOODWATER, AL 35072 TSC1307 EHCC10ANNISTON2499 JOHNSON RD SW HUNTSVILLE, AL 35805 TSC1670 TRANS45BRANTLY10415 OPP HWY BRANTLEY, AL 36009 TSC1960 CCT5HUNTSVILLE2824 GREEN COVE RD HUNTSVILLE, AL 35805 TSC2025TH10JACKSONVILLE1655 A SOUTH PELHAM RD JACKSONVILLE, AL 36265 TSC2101ST85DEMOPOLIS1701 HWY 43 SOUTH DEMOPOLIS, AL 36732 SUB TOTAL 773 CHEM1343rd CBRN CO147ATHENS1402 ARMORY ST ATHENS, AL 35613 CHEM690th CBRN CO60MOBILE1630 S BROAD ST MOBILE, AL 36605 CHEM31st CBRN BDE HHD21TUSCALOOSA10300 HWY 695 TUSCALOOSA, AL 35405 CHEM128th MP CO45HUNTSVILLE2499 JOHNSON ROAD HUNTSVILLE, AL 35805 CHEM231st MP BN88PRATTVILLE508 US HWY 82 WEST PRATTVILLE, AL 36067 SUBTOTAL 361 TRP CMDHHC 115 (rear)40Florence4151 HELTON DR FLORENCE, AL 35630 TRP CMDA 115th 40Florence4151 HELTON DR FLORENCE, AL 35630 TRP CMDB 115th 40Sheffield310 WILHOYT ST SHEFFIELD, AL 35660 TRP CMDC 115th40Huntsville2824 GREEN COVE RD HUNTSVILLIE, AL 35805 TRP CMDA Co 13640Arab1644 CULLMAN HIGHWAY ARAB, AL 35016 TRP CMDDet 1 A Co 136th 40Albertville505 EAST MCKINNEY AVE ALBERTVILLE, AL 35950 TRP CMDHHC 142nd 97Decatur1848 BELTINE RD SW DECATUR, AL 35601 SUBTOTAL 337 20SFGHHC 20 SFG0Birmingham5300 57TH ST NORTH BIRMINGHAM, AL 35217 20SFGGSC 20 SFG245Gadsden5323 AIRPORT RD GADSDEN, AL 35904 20SFG200 CHEM RECON14Gadsden5323 AIRPORT RD GADSDEN, AL 35904 20SFGHHD 20 SFG40FT Payne4206 GAULT AVE N FORT PAYNE, AL 35967 20SFGBSC 20 SFG45FT Payne4206 GAULT AVE N FORT PAYNE, AL 35967 20SFGAco 20 SFG87Auburn1455 SHUG JORDAN PKWY AUBURN, AL 36832 SUB TOTAL 431 0 1902 SPECIAL NOTE: Contractor must offload all equipment. There is no provision for government unloading at the installation locations. SHIPPING ZIPCODE: Varies - see list of installation locations. INSTRUCTIONS TO OFFERORS: All bids must be mailed or delivered to Craig Kast, 1740 Cong Dickinson Dr., Room 207, Montgomery, Al 36109 to be received no later than 2:00 p.m. Monday 17 September 2012. Please submit the following information with each quote: lead time to start delivery and installation, the duration required to complete all deliveries and installations from the date of contract award. Offerors are encouraged to include a written schedule that details the project start, durations for each location, and completion dates for each location. Quotes must state the date the offer expires, the unit price for the equipment, a separate line for installation cost, and total cost. State any warranty information and any exclusions or exceptions. The award will be made to the responsible offeror whose quote represents the best value in terms of quality, price, and delivery duration offered which will be most advantageous to the Government. Quotes must be signed by an authorized individual of the company, and dated. Email any questions to Craig Kast at william.c.kast@us.army.mil. CONTRACTORS MUST REGISTER WITH SAM (SYSTEM FOR AWARD MANAGEMENT). TO REGISTER, GO TO URL: WWW.SAM.GOV. PREVIOUSLY, CONTRACTORS WERE REQUIRED TO REGISTER WITH THE CCR (CENTRAL CONTRACTOR REGISTRY). HOWEVER, SAM REPLACED THE CCR REQUIREMENT. IF YOUR REGISTRATION IS WITH THE CCR, GO TO WWW.SAM.GOV TO ACCOMPLISH MIGRATION OF YOUR REGISTRATION TO THE SAM.. Upon request, the Contracting Officer will make the full text available of the following provisions and clauses that apply: 52.252-1 Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text and will be incorporated into the resulting contract. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 (Alt 1), Offerers Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, Clauses Incorporated by Reference. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; 252.232-7003, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). POINTS OF CONTACT: Craig Kast, Contract Specialist, (334) 271-7333, william.c.kast@us.army.mil Tonja Nummy, Contracting Officer, (334) 274-7334, tonja.nummy@us.army.mil Amendment #1 dated 24 August 2012: Slight variations from the specifications may be acceptable. Form and function are of greater importance than complete adherence to each detail of the specification. As an example, the locker sides are specified as 10GA wire mesh. A different gage expanded metal (or perforated metal) may be accepted at the Contracting Officer's discretion. Contractors wishing to offer options for their locker (ie. adjustable feet) must price each option separately and leave the base locker priced separately to facilitate price comparison. To do otherwise could increase an offer unintentionally so that it is no longer competitive. Wall mounting is not a requirement of installation. "Installation", for the purposes of this acquisition, shall mean to set in place fully assembled and ready for use at the location(s) inside each armory specified in the list of delivery addresses furnished. On site personnel at each delivery location will determine where the lockers are to be set within their armory. All installation locations are ground floor. Although some of the armory addresses are multi-story, installations are to occur on the ground floor only. Scheduling. Offerors must indicate a start date, duration, and end date for having all installations completed. The Alabama National Guard does not have a priority for certain armories. It is up to the offeror to set their own schedule. The photo requirement is a critical item. Offers which do not include a photograph may be excluded from the competition. Offerors should be aware that, if two or more offers are considered equally competitive, the Contracting Officer may look to metrics other than price to determine an awardee. The Central Contractor Registry (CCR) has been replaced by the System for Award Management (SAM @ www.sam.gov). Offerors are required to have a current SAM registration as per FAR Clause 52.204-99. The FAR Clause, 252.232-7003 Wide Area Work Flow (WAWF) applies to this acquisition. The awardee must be WAWF registered and must submit invoices electronically via the WAWF web site. Paper invoicing will not be accepted. Keep an eye on FedBizOps for additional amendments. None are anticipated. But, it is possible. End - Amendment #1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01/W912JA12QWL01/listing.html)
 
Place of Performance
Address: USPFO for Alabama P.O. Box 3715, Montgomery AL
Zip Code: 36109-0715
 
Record
SN02854013-W 20120826/120824235640-96b8cc427582a28698115dba2d38978c (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.