Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2005 FBO #1479
SOLICITATION NOTICE

83 -- Manufactured Woven Polyethylene Tarps

Notice Date
12/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Readiness, Response & IT Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-06-Q-MTPS
 
Response Due
12/16/2005
 
Archive Date
12/17/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. Solicitation Number HSFEHQ-06-Q-MTPS is being issued as a Request for Quote (RFQ) with the Government reserving the right to make multiple awards. The Federal Emergency Management Agency (FEMA) has a requirement for approximately 100,000 manufactured woven polyethylene tarpaulins. The proposed tarpaulin must meet all of the following specifications: U.S. Army Corps of Engineers Tarp Specification Self Help Tarp to be used for small areas of roof damage. Size 20? x 25? Woven polyethylene 8 x 8 (10 x 10 or 14 x14 acceptable), 800 Denier Thickness 5-6 mil UV Treated FR Treated Non-corrosive grommets at corners and minimum of 3? on center on edges Hems folded over Corners reinforced Color ? medium blue Packaged in cardboard box with 2x 100? lengths of 550 pound test parachute cord Boxes to be palletized on 48? x 48? size pallets with five wraps of clear shrink wrap and four bands, two on each side. Height of pallet configuration to be no more than approximately 50? high. The specifications above establish the minimum standard for woven polyethylene tarpaulin construction to meet FEMA contract requirements. These specifications do not constitute any expressed or implied deviation or waiver of any requirement of the U.S. regulatory requirements from the governing agency. The manufacturer shall construct all tarps under this contract within a superior grade quality of workmanship and deliver them according to the specifications above. Tarps will not be accepted as FEMA property until an appropriate FEMA Representative inspects and signs for the rolls. FEMA must have a copy of all shipping documents and shall reference FEMA order/contract numbers. FEMA reserves the right to reject any unit due to damages, non-road ready and/or transportable rolls, and/or non-specifications compliance. The rolls must be packaged and palletized per FEMA specifications prior to acceptance. Rolls that are not packaged and palletized per our specifications will not be considered acceptable. Quotes must contain offeror?s specifications for their offered product and where it is manufactured, a price per roll, a price for delivery of rolls if not included, the best possible (but realistic) production/delivery schedule (when referencing days please be specific and mention calendar or business), three (3) vendor references (updated POC names, addresses, phone numbers, and e-mail addresses) for past performance evaluation, and if not including delivery please list address of the manufacturing facility (farthest from Baton Rouge, LA for price evaluation). This procurement may be quoted as follows: Line Item 0001 Supplies: Woven polyethylene tarpaulins Unit: Each Unit Price: $________ Line Item 0002 Service: Delivery (if not included) Unit: Mile Unit Price: $______ (per truck per mile) Quotes shall be evaluated as a best value. The government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government?s best interest to do so. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors ? Commercial Items 52.212-2 Evaluation ? Commercial Items (Specific evaluation criteria below) 52.212-3 Offeror Representations and Certifications ? Commercial Items. The vendor must be registered with ORCA. Vendors may register electronically at http://orca.bpn.gov/. 52.225-6 Trade Agreements Certificate The resulting contracts shall include the following clauses: 52.212-4 Contract Terms and Conditions 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with the following clauses checked as appropriate: 52.203-6 with Alt I, 52.219-8, 52.219-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-5, 52.225-13, 52.225-15, 52.232-33, 52.247-64 52.233-4 Applicable Law for Breach of Contract Claim 52.211-11 Liquidated Damages. The Liquidated Damages clause will be for a $10.00 per tarp per calendar day deduction for each calendar day a roll is late according to the accepted production and delivery schedule. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates Basis for Award: The Government will make award to the responsible offeror, whose quotation is most advantageous to the Government, price and other factors considered. This is a best value procurement. The Government may or may not award to the low price quotation. The Government will utilize the evaluation criteria identified below, listed in descending order of importance. I. Technical Capability will be determined by meeting/exceeding US Army Corp of Engineers Tarp Specifications item by item. Each roll specification listed above shall be accounted for in your quotation. Specifications shall be included with your quotation along with manufacturing location. II. Delivery Schedule III. Past Performance ? Offerors shall submit at least three past performance references for projects/contracts similar in scope. Past performance information must include updated POC name, address, phone number, and e-mail address. Offerors may submit information regarding any problems encountered on the referenced contracts and any corrective actions taken. Further, Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance. IV. Price - The evaluated price will be determined by the per tarp price and delivery costs if not included in the per tarp price. Questions for this solicitation are due no later than 3:00 PM Eastern Time December 15, 2005 and should be submitted via email at alexander.roberts@associates.dhs.gov. Quotes are due no later than 4:00 PM Eastern Time on December 16, 2005 at the FEMA Headquarters Contracting Office. Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer, which shall be considered by the agency. Quotes may be submitted by Mail or Email. Quotes submitted via mail shall be sent to: FEMA Attn: Alexander Roberts 500 C Street S.W. Room 350 Washington, D.C. 20472 Quotes submitted via email shall be submitted to alexander.roberts@associates.dhs.gov, telephone 202-646-3760 Point of Contact - PLEASE ONLY CONTACT ALEXANDER ROBERTS -Alexander Roberts, Contracts Specialist, Email alexander.roberts@associates.dhs.gov, telephone 202-646-3760 *******PLEASE DO NOT CONTACT CANDACE BARNES BELOW IN REGARDS TO THIS SOLICITATION*******
 
Place of Performance
Address: Continental United States - Delivery locations for the tarps will vary and be determined by FEMA Office of Logistics.,
Country: USA
 
Record
SN00950044-W 20051214/051212211600 (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.