SOLICITATION NOTICE
54 -- Sensitive Compartmentalized Information Facility (SCIF) - Perforformance Requirements
- Notice Date
- 9/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for New York, 330 Old Niskayuna Road, Latham, New York, 12110-2224
- ZIP Code
- 12110-2224
- Solicitation Number
- 0010241240
- Archive Date
- 10/10/2012
- Point of Contact
- Mark R Walsh, Phone: 518-786-4986
- E-Mail Address
-
mark.r.walsh@us.army.mil
(mark.r.walsh@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performace Work Statement 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; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote reference number 0010241240. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-61 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20111220. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is set aside for small business, the applicable NAICS code is 332311, and the small business size standard is 500 employees. Information concerning FAR clauses can be obtained at www.acquisition.gov/far The date, time and request for quote offers are due by 25 SEP 2012 at 10:00 A. M. EST to mark.r.walsh@us.army.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to the due. All questions must be submitting in writing via e-mail to mark.r.walsh@us.army.mil. *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* ACTIVE SAM (www.sam.gov) REGISTRATION IS REQUIRED FOR AWARD CONSIDERATION CLIN 0001: Sensitive Compartmentalized Information Facility (SCIF) 40'X24'X10' Duplex Style, 2 each. Delivery: 90 Days ARO. IMPORTANT NOTE: The Full Cost of delivery and off loading each unit MUST be included in the cost proposal. The Government does not have the capability to off load the SCIF unit(s) on site. See Performance Work Statement (PWS) for Specific Requirements. (Attachment 1) Deliver to 2 locations, as below: 1. JFHQ-NY 330 Old Niskayuna Rd. Latham, NY 12110-2224 2. New York Army National Guard Training Site, Camp Smith Cortlandt Manor NY 10567 The Government intends to issue one contract for the entire requirement; partial awards will not be made. Clauses may be accessed electronically in full text through www.acquisition.gov/far. Contractors must be actively registered with the System for Award Management (SAM) www.sam.gov and Wide Area Work Flow (WAWF) at http://wawf.eb.mil, The following provisions and clauses are applicable to this acquisition: FAR and DFARS Provisions 52.212-1, 52.212-3 Alt I, 52.252-1, 252.209-7999 (DEV) and 252.212-7000. FAR Provision 52.212-1 is amended as follows: Delete paragraphs (d) Product Samples. Award will be made to the low price technically acceptable (LPTA) offeror. Requirements which must be met to be determined technically acceptable are attached to this synopsis. FAR provisions 52.212-3, including Alt I and DFARS provision 252.212-7000 shall be completed and returned with your offer. If your company information is available through System for Award Management (SAM) so indicate in 52.212-3 and return only that portion of the provision. DFARS provision 252.209-7999 is provided as additional documentation and must be completed and returned with your offer. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. FAR Clauses 52.212-4, 52.212-5, 52.252-2 and DFARS Clauses 252.204-7003, 252.211-7003 and 252.212-7001. FAR clause 52.212-4 is amended as follows: paragraph (g) (1) change requirement for three copies of invoices to 1 copy of invoices and add after paragraph (g) (2) the following: Invoices are to be submitted via Wide Area Workflow (WAWF). The following clauses included in 52.212-5 are applicable: 52.203-6 Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-9, 52.223-18, 52.225-13, and 52.232-33. The following clauses included in 252.212-7001 are applicable: 52.203-3, 252.203-7000, 252.225-7001, 252.232-7003 252.243-7002, 252.247-7023, and 252.247-7024
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30/0010241240/listing.html)
- Place of Performance
- Address: 330 Old Niskayuna Rd., Latham, New York, 12110, United States
- Zip Code: 12110
- Zip Code: 12110
- Record
- SN02886376-W 20120919/120918001857-592462c5fa8c01c399df60acda6a99b6 (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 |