SOLICITATION NOTICE
54 -- CONTAINERS/SHELTERS
- Notice Date
- 8/19/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
- ZIP Code
- 23521
- Solicitation Number
- H92240-13-T-DR30
- Archive Date
- 8/28/2013
- Point of Contact
- Debora T. Roseboro, Phone: 7577632449
- E-Mail Address
-
debora.roseboro@nsweast.socom.mil
(debora.roseboro@nsweast.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis solicitation for commercial items prepared in accordance with the format in subpart 13.5, 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 H92243-13-T-DR30 is issued as a request for quotation (RFQ) and this is notice that NSWG2 Logistics Support Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated NAICS code is 332311 and the Small Business Size Standard is 500. This solicitation is unrestricted. CLIN 0001 - HESAMS (SOF) - Hardsided single expandable shelter, Desert sand - Part # 58205005A07 qty: 2 each Additonal Description: includes a 36K BTU/hr ECU and 100A 120/208 VAC 60 Hz electrical system. Based on 58505005A07, modified version will also include 100 ft. shore power cable; fold down tables, mounted on the expandable walls (when stowed, table can be deployed and used as 2nd tier storage); communication panel 12" x 12" populated with the following pass thru connectors: (8) RJ-45, (2) 50 Ohm BNC, (2) 75 Ohm BNC, (4) N-type, (4) F-type, (4) SM-ST fiber; (4) MM-ST fiber, (4) SM-SC Fiber, (4) MM-SC fiber, (2) Pass through holes CLIN 0002 - Container ISU 90 EO GEN Part #56221000 X Desert Sand 1-door - qty: 2 each Mfg: AAR Mobility Systems FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to lowest price technically acceptable vendor. "Brand name or equal." When quoting equals, provide detailed specifications for products quote. Offerors to include a complete copy of the provision at 52.212-3, Offer Representation and Certification-Commercial Items with its offer which can be found at https://farsite.hill.af.mil/ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. Offerors to include a complete copy of the provision at 52.212-3, Offer Representation and Certification-Commercial Items with its offer which can be found at http://www.sam.gov Above registrations can be completed through the System for Award Management (SAMS) @ www.sam.gov The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. The following provisions and clauses apply to this acquisition: FAR 52.202-1 - Definitions (Jan 2012) FAR 52.203-3 - Gratuities (Apr 1984) FAR 52.203-6 - Restrictions on Subcontractor Sales to the Government w/alternate I (Sep 2006) FAR 52.203-10 - Price or Fee Adjustment for Illegal & Improper Activity (1992) FAR 52.204-4 - Printed or Copied Double Sided on Post Consumer Fiber Content Paper (May 2011) 52.209-5 - Certification Regarding Responsibility Matter (Apr 10) FAR 52.219-8 - Utilization of Small Business concerns (Jan 2011) FAR 52.203-11 - Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4 - Printed or Copied Double-sided on Recycled Paper FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-5 - Certification Regarding Responsibility Matters (Apr 2010) FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 -- Acquisition of Commercial Items Provisions and Clauses FAR 52.204-2 - Security Requirements FAR 52.204-7 - Central Contractor Registration FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items applies to this acquistion FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) FAR 52.222-3 -- Convict Labor, FAR 52.222-19 -- Child Labor, Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-39 - Notification of Employee Rights FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (Nov 2010) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messages FAR 52.225-13 -- Restrictions on Certain Foreign Purchases FAR 52.233-3 -- Protest After Award FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.242-13 - Bankruptcy (Jul 1995) FAR 52.245-1 - Government Property (Apr 2012) FAR 52.243-1 -- Changes -- Fixed-Price FAR 52.247-34 -- F.o.b. Destination FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-6 -- Authorized Deviations in Clauses FAR 252.203-7000 - Requirements Relating to Compensation FAR 252.203-7002 - Requirements to Inform Employees DFARS 252.204-7004 - Alt A - Central Contractor Registration DFARS 252.204-7008 - Export-Controlled Items DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFARS 252.225-7012 - Preference for Certain Domestic Commodies (Jun 2010) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments and DFARS 252.243-7001-- Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment (Mar 1998) SOFARS 5652-204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.233-9000 Independent Review of Agency Protests COMPLETE THE FOLLOWING CLAUSES: 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Quotations are due 27 August 2013 by 10:00 a.m. Email: debora.roseboro@navsoc.socom.mil or fax 757-462-2434.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-DR30/listing.html)
- Place of Performance
- Address: 1600 SEABEE DRIVE, BLDG 3889, VIRGINIA BEACH, Virginia, 23459, United States
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN03154285-W 20130821/130819235919-26d14b5a93c67d72b9f434510cf57e0a (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 |