Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

78 -- 78--Rubber Playground Mulch for 5 Woodridge and 1 South Post Housing playground areas

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-06-T-0116
 
Response Due
9/25/2006
 
Archive Date
11/24/2006
 
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 requrested and a written solicitation will not be issued. Solicitation W911SA-06-T-0116 is issued as a request for quotation (RFQ). This solicitation is set aside for small businesses under NAICS 326299 with the small business size standard of 500 employees. A firm fixed price contract is anticipated for 25 Sep 06 with a period of performance between 30 Sep 06 to 30 Jun 07. CLIN 0001: Woodridge Playground 1 Mulch Replacement; Install and furnish rubber mulch to a 6 inch depth; Remove old s and, debris, and weeds to a 6 inch depth over weed barrier; Remove sand and debris from Woodridge housing area 1. Tot Lot 1 size to be covered is 2283 SF. CLIN 0002: Woodridge Playground 2 Mulch Replacement; Install and furnish rubber mulch to a 6 inch depth; Remove old sand, debris, and weeds to a 6 inch depth over weed barrier; Remove sand and debris from Woodridge housing area 2. Tot Lot 2 size to be covered is 1853 SF. CLIN 0003: Woodridge Playground 3 Mulch Replacement; Install and furnish rubber mulch to a 6 inch depth; Remove old sand, debris, and weeds to a 6 inch depth over weed barrier; Remove sand and debris from Woodridge housing area 3. Tot Lot 3 size to be covered is 2277 SF. CLIN 0004: Woodridge Playground 4 Mulch Replacement; Install and furnish rubber mulch to a 6 inch depth; Remove old sand, debris, and weeds to a 6 inch depth over weed barrier; Remove sand and debris from Woodridge housing area 4. Tot Lot 4 size to be covered is 1700 SF. CLIN 0005: Woodridge Playground 5 Mulch Rep lacement; Install and furnish rubber mulch to a 6 inch depth; Remove old sand, debris, and weeds to a 6 inch depth over weed barrier; Remove sand and debris from Woodridge housing area 5. Tot Lot 5 size to be covered is 1700 SF. CLIN 0006: South Post Fir st Ave Playground 6 Mulch Replacement; Install and furnish rubber mulch to a 6 inch depth; Remove old sand, debris, and weeds to a 6 inch depth over weed barrier; Remove sand and debris from South Post housing area 6. Tot Lot 6 size to be covered is 4350 S F. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-25. FAR and DFAR Provisions and Clauses may be accesses at http://farsite.hill/af/mil. The following provisions and clauses are applica ble: 52.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I 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 St atutes Or Executive Orders Commercial Items and the additional FAR clauses that are applicable to the acquisition: 52.219-6, Notice of Total Small Business Aside, 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.2 22-21 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; 52.222 -37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by EFT - CCR. 52.237-2 Protection Of Government Buildings, Equipment, An d Vegetation. 52.252-1 Solicitation Provisions Incorporated By Reference. 52.252-2 Clauses Incorporated by Reference. 5152.233-9000 ACA Executive Level Agency Protest. 252.212-7000 Offeror Representations and Certifications Commercial Items; 252.212-70 01 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the foll owing DFARS clauses by reference: 252.225-7000, Buy American Act and Balance of Payments Program. 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023 Transportation of Supplie s by Sea, Alternate III. 252.225-7002 Qualifying Country Sources as Subs. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. In furtherance o f Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (d)(2)(1)(B)(2), the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutu al agreement of both parties. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING: Solicitation number; prospective contractors complete mailing and remittance addresses; discount terms; unit price per CLIN, DUNS number; and COMPLETED FAR 52.212-3 Alt I, DFARS 252.212-7000. PROSPECTIVE CONTRACTORS SHALL ALSO complete electronic annual representations and certifications at https:/ /ocra.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Quotes must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1600 on 25 Sep 06. Person to contact for additional information regarding the RFQ is Kristi Daum, Contract Specialist, (608)388-2263, fax (608)388-5950, kris.daum@us.army.mil.
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01147027-W 20060920/060918221028 (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.