SOLICITATION NOTICE
23 -- Fitness Trailers
- Notice Date
- 8/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-15-T-0018
- Response Due
- 9/8/2015
- Archive Date
- 10/25/2015
- Point of Contact
- Lisa Braund, 608-427-7274
- E-Mail Address
-
USPFO for Wisconsin
(lisa.braund@ng.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 Wisconsin Army National Guard has a requirement for Fitness Trailers including Fitness Equipment. The solicitation number assigned to this action is W912J2-15-T-0018. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Wisconsin, Purchasing and Contracting Division, Camp Douglas, WI 54618. This is a total small business set aside in accordance with FAR 9-405-5. The principle NAICS is 336212 and size standard is 500 Employees. The Wisconsin Army National Guard has a requirement for 2 (each) Fitness Trailers. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to award a Firm-Fixed Price Contract to the firm that provides the Lowest Price, Technically Acceptable quote without discussions. Therefore, Offerors should submit their best offer up front. Do not assume you will be able to revise your offer. Shipping is FOB destination and delivery will be no later than 60 days after ARO. CLIN 0001: Fitness Trailers QTY 2 EA See Statement of Work for item details and price sheet to calculate total price. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 -- Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the lowest price technically acceptable offer 52.212-2 - Evaluation-Commercial Items 52.212-3 - Offeror Representations and Certifications -- Commercial Items ALT I; 52.252-1- Provisions Incorporated by Reference (http://farsite.hill.af.mil) The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-7 - System for Award Management 52.212-4 - Contract Terms and Conditions-Commercial Items; 52.219-6 - Notice of Total Small Business Set-Aside (JUNE 2003); 52.219-28 - Post-Award Small Business Program Representation 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-39 - Unenforceability of Unauthorized Obligations 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.252-2 - Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Submittal Requirements: Submit the following in order to be considered for award. 1. Price Sheet 2. Cage code 3. Representations and Certifications (52.212-3 Alt 1). 4. Detailed description and specifications of all items required in the Statement of Work. Submit offers in response to this synopsis/solicitation to lisa.m.braund.mil@mail.mil Offers must be sent via email. Offers received after 1:00pm Central Standard Time on September 8th, 2015 will not be considered. Email any questions to lisa.m.braund.mil@mail.mil Questions may be submitted up until 1200 hrs. (12:00 noon) CST September 2nd, 2015. It is the interested Offerors' responsibility to check FedBizOpps for updated information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-15-T-0018/listing.html)
- Place of Performance
- Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
- Zip Code: 54618-5002
- Zip Code: 54618-5002
- Record
- SN03856337-W 20150828/150826235320-71a64985029fdbba95b51614e04a2f19 (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 |