Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2007 FBO #1959
SOLICITATION NOTICE

95 -- Solicitation W91ZLK07T0415 Steel I beams

Notice Date
4/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0415
 
Response Due
4/11/2007
 
Archive Date
6/10/2007
 
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; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-07-T-0415. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-12. This procurement is a small business set-aside. The associated North America Industry Classification System (NAICS) Code is 423510 and the Business Size Standard is 100. The contractor sha ll provide the following: CLIN 0001  MRAPS Steel Beam W12 x 65# x 50; QUANTITY: 16; CLIN 0002  Steel Beam W12 x 65# x 40; QUANTITY: 36; CLIN 0003  Steel Beam W10 x 30# x 40; QUANTITY: 22; CLIN 0004  Steel Beam W8 x 31# x 50; QUANTITY: 17; CLIN 0005  Steel Beam W6 x 25# x 40; QUANTITY: 54; CLIN 0006  Steel Beam W4 x 13# x 20; QUANTITY: 18; CLIN 0007  Steel Angle 2 x 2 x ? x 20; QUANTITY: 80; CLIN 0008  SHIPPING CHARGES/FREIGHT, FOB DESTINATION TO US ARMY ATC, BUILDING 315 TOWER ROAD, APG, M D 21005. ACCEPTANCE SHALL BE AT DESTINATION. For TECHNICAL questions, please contact: Jason Maxwell at 410-306-1561, jason.maxwell@atc.army.mil. Please contact the POC listed below, Lise Patterson, if you have any further questions. NOTE: EXPEDITED DE LIVERY IS A REQUIREMENT AND WILL BE A FACTOR IN EVALUATING QUOTES FOR THIS EFFORT BECAUSE THESE ITEMS ARE NEEDED ASAP TO MEET END USER REQUIREMENTS. PARTIAL DELIVERIES ARE REQUESTED TO BEGIN ASAP. Please list availability/delivery dates and quantities on q uote. In accordance with FAR 52.212-2 Evaluation  Commercial Items (Jan 1999), the contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on infor mation furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified 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 salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitati on and will be most advantageous to the Government, price and other factors considered. The following clauses will be incorporated by reference: 52.209-6, Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-4, Contract Terms and Conditions Commercial Items; 52.223-11, Ozone-Depleting Substances; 52-247-34, F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The government will award a contract to the offeror whose offer conforms to this solicitation and wi ll be most advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items; and DFAR 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.219-6, Notice Of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-19, Child Labor-C ooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 5 2.222-36, Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13, Restrictions on Certain Foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration; DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212- 7001 are applicable: 52.203-3, Gratuities; 252.225-7001, Buy America and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7015, Restriction on Acquisition of Ball and Roller Bearings; 252.232-7003, Electronic S ubmission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil and http://www.acquisition.gov/comp/far/index.html . Responses to this RFQ must be signed, dated, and received via electronic mail or fax by WEDNESDAY, April 11, 2007 no later than 1200 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Lise Patterson), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (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 www.ccr.gov. For questions conce rning this solicitation contact Lise Patterson, Contract Specialist Intern, via fax 410-306-3720, or email lise.patterson@us.army.mil .
 
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
SN01268191-W 20070408/070406225502 (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.