Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
SOLICITATION NOTICE

13 -- Masonry Targets

Notice Date
9/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK06T0856
 
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. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The combined synopsis/solicitation number is W91ZLK-06-T-0856 and it is issued as a Request for Quotations (RFQ). This solicitation incorporates provisions and clauses in effect through F ederal Acquisition Circular 2005-12. This acquisition is 100% set aside for Small Businesses. The North American Industry Classification System (NAICS) is 332995 and Small Business size standard is 500 employees. The Government intends to award a firm-fixe d price Purchase Order resulting from this combined synopsis/solicitation to be delivered at Aberdeen Proving Ground, Maryland for the following items: CLIN 0001  Masonry Targets in the following quantities. Type 1, Double Brick Wall with Stucco and Lat he (1 sided), 10 each; Type 1, Double Brick Wall, 7 each; Type 2, Triple Brick Wall with Stucco and Lathe (1 sided), 10 each; Type 2, Triple Brick Wall, 7 each, Type 4, 8 CMU filled with Mortar and Re-bar, with Stucco and Lathe (1 sided), 4 each; Type 6, 8 CMU filled with Mortar and Re-bar, and 4 Brick Veneer, with Stucco and Lathe (1 sided), 4 each; and in accordance with the following statement of work, 1. The Contractor shall work with Aberdeen Test Center (ATC) Special Operations Division (SOSD) w ith efforts for construction of masonry walls at C-Field located at 1400 Ricket Point Road, Edgewood Area of Aberdeen of Aberdeen Proving Ground, Maryland. All work shall abide by the designations determined by the ATC Environmental Office. 2. The contr actor shall provide itemized pricing for each wall type along with the quote by the closing date specified on the Request for Quotes (RFQ). The itemized pricing shall include all labor and supplies for the construction of the panels listed in paragraph 4 of the SOW as well as a working plan. 3. The contractor shall build the masonry walls in the frames provided at the site. A suitable working area to build the panels will be provided for the contractor. 4. Materials used shall be standard brick, CMU, mortar, rebar, veneer, stucco, and lathe. The panels will be 12 x 12. 5. The contractor shall begin within one (1) week after receipt of purchase order. The contractor will be required to check in with security at the Edgewood Area of Aberdeen Prov ing Ground, Maryland and be escorted to the site by appropriate personnel. The Range Area Manager (RAM) will need a minimum of 48 hours notice prior to the start of construction. Completion of the walls shall be within 6 months after start of constructio n. 6. The contractor shall provide monthly status reports to the RAM with percentages of completion. An invoice should be included each month for payment of completed work. 7. The contractor shall be required to complete a site visit with the RAM and other appropriate personnel after completion of construction and prior to final payment. Deliverables: 42 Masonry panels by April 30, 2007. Monthly status reports provided to the RAM by the contractor. The contract will be awarded to Lowest Price Tech nically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not id entified in the quotation. To ensure sufficient information is available, vendors are requested to provide descriptive material such as illustrations, drawings, or other information necessary for the Government to determine whether the product meets the sa lient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advanta geous to the Government, price and other factors considered. The government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. The following clauses are incorporated by refere nce. 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; FAR 52.211-6, Brand Name or Equal; 52.212-1 Instructions to Offerors-Commercia l Items; 52.212-4 Contract Terms and Conditions - Commercial I tems without addenda; 52.217-7 Option for Increased Quantity  Separately Priced Line Item; 52.222-22 Previous Contracts and Compliance Reports; 52.223-11 Ozone-Depleting Substances; 52.225-4 B uy American Act-North American Free Trade Agreement-Israeli Trade Act Certificate; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination; Acceptance shall be at destination. 252.204-7004 Alt A Central Contractor Registration. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, with quotations. The clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, without addenda apply to this acquisition including the following FAR clauses cited within this clause. 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I ( 41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-14 Limitations on Subcontracting (DEC 1996)(15 U.S.C. 6 37(a)(14); 52.222-3 Convict Labor (June 2003)(E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action For Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3 Buy American Act-Free Tr ade Agreements-Israeli Trade Act (Jan 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub.L. 108-77, 108-286); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); and 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses cited within the clause 252.212-7001 are applicable: 52.203-3, Gratuities (Apr 1984)(10 U.S.C. 2207); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004)(41 U.S.C. 10a-10d, E.O. 10582); 252.225-7021, Trade Agreements (Jun 2005) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); 252.232- 7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227); 252.243-7002 Requests for Equitable Adjustment (Mar 1998)(10 U.S.C.2410); 252.247-7023, Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000)(10 U.S.C. 2631). The full text of the FAR/DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil and http://www.arnet.gov/far. Quotations must be signed, dated, and r eceived by 2:00 PM (Eastern Standard Time) on September 25, 2006 via fax at 410-306-3863 or email at barbara.kuklinski@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Pr oving Ground, MD 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registra tion (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800 -334-3414 or by registering online at http://www.bpn.gov/CCR. For questions concerning this Request for Quotations contact Barbara Kuklinski, Contract Specialist via email to: barbara.kuklinski@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01152185-W 20060924/060922221004 (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.