SOLICITATION NOTICE
40 -- UT - ANCHOR CHAIN
- Notice Date
- 11/2/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM-UT UTAH STATE OFFICE* 440 WEST 200 SOUTH, SUITE 500 PO BOX 45155 SALT LAKE CITY UT 84101
- ZIP Code
- 84101
- Solicitation Number
- JSQ083007
- Response Due
- 11/14/2007
- Archive Date
- 11/1/2008
- Point of Contact
- Tina S. Mildon Purchasing Agent 8015394179 Tina_Mildon@blm.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Land Management, Salt Lake City, Utah has a requirement for Anchor Chains. 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 requested and a written solicitation will not be issued. Receipt of offers is November 14, 2007. Proposals may be faxed to 801-539-4222 or e-mailed to tina_mildon@blm.gov. The Solicitation Number for this notice is JSQ083007. Line Items: 1. 3" X 90' Shot, Grade 3 Anchor Chain, (good surplus stud link chain) 6 each @ $ _____________; 2. 3" Kenter Link (new) 12 ea @ $_______________; 3. 2 ?" X 90 Shot, Grade 3 Anchor Chain (good surplus stud link chain) 3 each @ $_________________; 4. 2 ?" Kenter Link (new) 4 each @ $_______________; 5. 2" X 90 Shot, Grade 3 Anchor Chain (good surplus stud link chain) 8 each @ $_____________; 6. 2" Kenter Link (new) 8 each @ $_______________; 7. Freight 2 each @ $_________________; TOTAL $____________________ This solicitation document and the incorporated provisions and clauses, which includes Amendments from FAC 2005-19 and 2005-20, effective on September 17, 2007, and September 6, 2007, respectively. The following FAR Clauses are incorporated by reference, with the same force and effect as if they were given in full text. The full text of clauses may be accessed electronically at http://www.arnet.gov/far. COMMERCIAL CLAUSES: 52.212-1, Instructions to Offerors; 52.212-2, Evaluation of Offers. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1. Technical Capability: Contractor to be regularly established in the service called for in this solicitation. 2. Past Performance: The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. 3. Price. Technical capability and past performance, when combined, are of significantly more important when compared to price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3, Offeror Representations and Certifications - Commercials Items (Offeror to provide complete copy with offer); 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items; 52.219-06, Notice of Total Small Business Set-Aside; 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; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, buy American Act, Supplies; 52.232-29, Terms for Financing of Purchases of Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36, Combating Trafficking in Persons; 1452.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Department of the Interior (Deviation); 52.204-06, Data Universal Numbering System (DUNS) Number; 52.228-5, Insurance - Work on a Government Installation; 52.233-3, Protest After Award; 1452.233-2, Service of Protest - Department of the Interior (JUL 1996) (Deviation); 1510.283, Contracting Officer's Representative. The North American Industry Classification System Number for this procurement is 423510, small business size 100. This procurement is 100% set-aside for small business. See Numbered Note 1. Additionally, offerors are required to obtain a Dun and Bradstreet (DUNS) Number (www.dnb.com) and register at www.ccr.gov (Central Contractor Registration) to be eligible for award of a Federal contract. This service is provided for convenience only and does not serve as a guaranteed notification. Subscribers to this service are ultimately responsible for reviewing this site for all information relevant to this solicitation. Prospective offerors will be required to visit this website periodically to check for amendments and other changes to contract documents. No other notification will be sent.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1375093)
- Record
- SN01445861-W 20071104/071102224154 (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 |