This notice is being posted as an avenue to provide Request for Proposals W912HN-09-R-0097. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a) (13), Exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is reserved exclusively for small business concerns. The solicitation number is W912HN-09-T-0062, and the solicitation is issued as a request for proposal (RFP). The NAICS code is 321213 with a small business size standard of 500 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32.
Description of Requirement: The Wilmington District of the Army Corp of Engineers requests the procurement of four (4) Shower House/Restroom facilities. The Contractor shall furnish all labor, equipment, materials, and services, to deliver 3 pre-engineered, pre-fabricated rectangular 24 feet by 44 feet Picnic Shelter Kit Packages equal to EnWood Structures model “Wilmington” to W Kerr Scott Lake, North Carolina, in accordance with attached specifications.
CONTRACT LINE ITEM NUMBERS
0001 ARRA – Provide 3 pre-engineered, pre-fabricated rectangular 24 feet by 44 feet Picnic Shelter Kit Packages equal to EnWood Structures model “Wilmington” per attached statement of work.
This Request for Proposal incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.arnet.gov/far/ .
- 52.202-1, Definitions
- 52.203-6, Alt I, Restrictions On Subcontractor Sales To The Government
- 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009
- 52.204-7, Central Contractor Registration
- 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
- 52.212-1, Instructions to Offerors--Commercial Items
- 52.212-2, Evaluation--Commercial Items
- 52.212-3, Offeror Representations and Certifications--Commercial Items
- 52.212-4, Contract Terms and Conditions--Commercial Items
- 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Alternate II
§ 52.222-50, Combating Trafficking in Persons, Alternate I
§ 52.233-3 Protest After Award
§ 52.233-4, Applicable Law for Breach of Contract Claim
§ 52.204-11, American Recovery and Reinvestment Act--Reporting Requirements
§ 52.219-6, Notice of Total Small Business Set-Aside
§ 52.219-28, Post Award Small Business Program Rerepresentation
§ 52.222-3, Convict Labor
§ 52.222-19, Child Labor--Cooperation with Authorities and Remedies
§ 52.222-21, Prohibition of Segregated Facilities
§ 52.222-26, Equal Opportunity
§ 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
§ 52.222-36, Affirmative Action for Workers with Disabilities
§ 52.225-13, Restrictions on Certain Foreign Purchases
§ 52.232-33, Payment by Electronic Funds Transfer
- 52.247-34, F.O.B. Destination
- 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A ,
- 252.204-7006, Billing Instructions
- 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country
- 252.212-7000, Offeror Representations and Certifications- Commercial Items
- 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer.
PARTIES INTERESTED IN RESPONDING TO THIS RFP may submit their proposal in accordance with standard commercial practice (i.e. proposal form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. PROPOSALS ARE DUE NOT LATER THAN 10:00 AM, EASTERN DAYLIGHT TIME, 28 July, 2009. YOU ARE ENCOURAGED TO SUBMIT PROPOSALS ELECTRONICALLY. They may also be submitted on letterhead and faxed to the attention of the Contract Specialist, John Mayo at 910-251-4884.
The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) must be submitted along with each proposal.
The government reserves the right to cancel this solicitation.
This announcement and written request for proposal constitutes the only Request for Proposal that will be made for this requirement.
Electronic proposals are now being accepted vie email; [email protected] or by fax at (910) 251-4454.