Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2008 FBO #2281
SOLICITATION NOTICE

56 -- CONSTRUCTION MATERIALS - OPERATION SANDCASTLE 2008

Notice Date
2/22/2008
 
Notice Type
Solicitation Notice
 
NAICS
423390 — Other Construction Material Merchant Wholesalers
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
SANDCASTLE_10
 
Response Due
2/29/2008
 
Archive Date
4/29/2008
 
Point of Contact
SARAH MUNOZ, 760-380-7035
 
E-Mail Address
Email your questions to ACA, Fort Irwin
(sarah.munozmarquez@us.army.mil)
 
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 and under the authority of Subpart 13.5 of the Federal Acquisition Regulation, as supplemented with additional information included i n this notice. This announcement constitutes the only solicitation and quotes are being requested. This solicitation number Sandcastle_10 is being issued as a Request for Quotation (RFQ). The National Training Center (NTC) Acquisition Command, Fort Irwi n, Ca., intends to issue multiple Pre-Priced Blanket Purchase Arrangements (BPA), to offerors who demonstrate the capability to provide construction materials. It is the Government's intention to make payments by Government Purchase Card. Prices must be g uaranteed for the first twelve (12) months from date of award. This effort will be for a base year and four follow-on years. Upon completion of the base year, the Government will evaluate Contractor performance and price to determine whether to continue an d exercise follow on years or resolicit the requirement. Minimum response time per BPA call is 48 hours. This RFQ is issued as a small-business set-aside, NAICS 423390. An award of a fixed-priced pre-priced Blanket Purchase Agreement is anticipated with the following language and informational CLINs and their subsequent SubCLINS being priced. 1. This pre-priced, Blanket Purchase Agreement (BPA) is issued to acquire construction materials at the NTC & Fort Irwin. The essence of this arrangement i s that mulitple contractors will be awarded a BPA to provide Construction and Building Materials at the National Training Center, Fort Irwin, California. 2. This BPA is for a base year and four follow-on years as identified below. a. Base Year 01 Mar 2008  28 Feb 2009 b. Year 1 01 Mar 2009  28 Feb 2010 c. Year 2 01 Mar 2010  28 Feb 2011 d. Year 3 01 Mar 2011  29 Feb 2012 e. Year 4 01 Mar 2012  28 Feb 2013 3. Orders /calls will be placed against this BPA via telephone, email, or facsimile. Each order/call will specify quantities, required delivery times, and instructions to submit invoices to the address specified within the order transmission issued against this BPA . 4. A summary invoice or an itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all supplies during a billing period, identifying the supplies covered therein, stating their total dollar value, and supported by receipt copies of the delivery receipts. Please note that it is the Governments intention to make payments via the Government Purchase Card (VISA) when feasible. This agreement is fixed priced. 5. The terms and condition s included in this BPA apply to all purchases. In the event of an inconsistency between the provisions of this BPA and the contractors invoice, the provisions of this BPA will take precedence. 6. Unless otherwise agreed to, all deliveries under th is BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum: (a) Name of Contractor (b) BPA number (c) BPA call number (d) Item description, model number (e) Date of purchase (f) Quantity, unit price, and extension of each item (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is itemized to show the information) (g) Date of service 7. This ag reement does not obligate the Government to order or the vendor to furnish any articles on any quantity except to the extent that may be agreed upon in connection with individual transactions. In the event that this arrangement is applied in connection wi th ordering material available under Federal Supply Contracts, or other established contracts, nothing herein shall be deemed to modify the terms and conditions of such contracts. A single purchase under this arrangement is approximately anticipated to not exceed more than $125,000.00 in amount. 8. This agreement is made in accordance with negotiation authority of Federal Acquisition Regulation 13.303, Bl anket Purchase Agreements. Prices quoted at the time this agreement is issued will remain in effect throughout the specified performance period and are only subject to change at the exercising of follow on. The prices to the Government shall be as low or lower than those charged the suppliers most favored customer for comparable quantities under similar terms and conditions in addition to any discounts for prompt payment. 9. This BPA does not obligate any funds. 10. Vendors personnel to co ntact: NAME ADDRESS CITY TELEPHONE 11. NOTICE OF INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THIS BPA: All organizations and units at the National Training Center, Fort Irwin, CA. 12. LIST OF MATERIALS: Regula r Dimension Length 2x4 8 EA 2x6 8 EA 2X6 10 EA 2x6 12 EA 2x6 14 EA 2x6 16 EA 2x8 8 EA 2x8 10 EA 2x8 12 EA 2x8 14 EA 2x8 16 EA Treated Dimension Length step risers 4 step EA 2x4 10 EA 2x6 8 EA 2X6 10 E A 2x6 12 EA 2x6 14 EA 2X6 16 EA 2x8 8 EA 2X8 10 EA 2x8 12 EA 2x8 14 EA 4x4 8 EA 4X6 8 EA 4X6 10 EA 6x6 8 EA 6x6 12 EA Composite Dimension Length 5/4X6 Decking 16 EA Corrugated Roofing Sheets 15FTx52FT Fasteners Description Nails 8D 50 lb Nails (Galvanized) 10D 50 lb Nails Dbl Head 10D Nails 16D 50 lb Nails Roofing 3/4IN 50 lb Joist Hanger Nails 8d X 1 1/2IN 50 lb Masonry Nails Fluted 2 1/2 IN 5 lb Drywall Screws 6 X 1 1/4IN CTN Drywall Screws 6 X 1 5/8IN CTN Screw Deck 2IN Material Unit of Measure Fasteners Description Self Tapping Screws (Zinc) 8 X 1 1/4IN CTN 100 Self Tapping Screws 6 X 1 5/8IN Se lf Tapping Screws 8 X 3IN Sheet Metal Screws 10 X 1 1/2IN CTN 100 Sheet Metal Screws 10 X 2IN CTN 100 Sheet Meatl Screws (Hex) 14 X 3IN Roofing Screws W/Washer 14 X 2IN CTN 100 Carriage Bolts (Galvanized) 1/2IN X 8IN EA Carriage Bo lts (Galvanized) 1/2in X 12in EA Flat Washers (Galvanized) 1/2in EA Nuts (Galvanized) 1/2in EA Cable Clamps 1/4in EA Anchor Bolts (L) 1/2in X 8in EA Anchor Bolts Wedge 12 X 4in EA HARDWARE Angle Iron 4in X 0.25 in 20FT EA Flat Steel 2IN X 0.25IN 20FT EA Steel Forming Stakes 36IN EA Seismic / Hurricane Ties Simpsn / H1 EA Seismic / Hurricane Ties IN H24 EA Header Hangers IN HH6 EA Rafter Hangers 2X8-10 EA Rafter Hangers 2X6-8 EA< BR>Truss Straps 2X8IN EA Elevated Post Base IN EPB66 EA Post Cap BC46 EA Plastic Wrap Roll EA Concrete #3 Rebar Bundle =150 3/8INX20FT EA #4 Rebar Bundle =150 1/2INX20FT EA #5 Rebar Bundle =150 5 /8INX20FT EA Rebar Tie Wire 50FT roll EA Rebar Chairs EA Weled Wire Mesh 30IN X 4FT EA Fiber Based Column Forms 30IN X 4FT Fiber Based Column Forms 8IN X 4FT EA CMO Block 8INx8INx16IN EA Bond Beam Block 8INx8INx16IN EA Cap Bloc k 2INX8INX16IN EA Sakrete 4000psi 90 lb Bag EA Mortar (Sacrete1250 psi) 94 lb Bag EA Sand (washed) Ton Crushed Rock (washed) Ton Portland (4,000 PSI) 94 lb bag EA SOLICITATION/CONTRACT CLAUSES The following provisions a nd clauses apply to this acquisition: 52-212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation of Commercial items; 52.212-3 Offeror Representation and Certifications-Commercial Items; Offerors shall include a completed copy of the provis ion at 52.212-3; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive or ders  Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.219-6, 52.219-6, 52.219-27, 52.219-28, 52.222-3, 52.221-21, 52.222-26, 52.222-35, 52.222-.37, 52.222-39, 52.225-1, 52.232-30, 52.232-33; 52.217-8, Option to Extend Service; 52. 204-7, Central Contractor Registration; 252-246-7000 Material Inspection and Receiving Report; 252.219-7003, Electronic Submission of Payment requests; 252.204-7004 Required Central Contract Registration. This provision may be obtained at http://www.arnet. gov/far. COR The contracting officers representative (COR) will be appointed in writing at the time of contract award. PAYMENT & INVOICING All payments for this solicitation/contract will be made by Government Purchase Card. The con tractor shall include the payment address in the proposal, if it is different from that shown for the offeror. INVOICING The contractor shall submit one (1) original copy to the COR, and one (1) copy to the NTC Acquisition Command, Fort Irwin, C A 92310, ATTN: Ms. Sarah Munoz-Marquez, Fax: 760-380-3693. All payment(s) for this solicitation/contract will be made by Government Purchase Card. SOLICITATION CLOSING The closing date for this solicitation are as follow: 29 February 2008 at/by 1630 hours (4:30 p.m.) PST. INSTRUCTIONS Return offer not-later-than 29 February 2008@ 1630 (4:30 PM) PST to the address shown below via fax, e-mail or mail to Ms. Sarah Munoz-Marquez. Contractors must be registered in the Central Co ntractor Registration System (CCR). No contract will be entered into with an un-registered vendor. Internet access allows vendors to register by completing an electronic on-line application at http://www.bpn.gov/ccr Provide your Duns and Bradstree t Number:____________________________________ Provide your CCR Cage Code:_____________________________________________ Provide your Federal Tax ID Number:_______________________________________ Provide your email address:______________ _________________________________ POC NTC Acquisition Command: Ms. Sarah Munoz Marquez NTC Acquisition Command PO Box 105095 Fort Irwin, Ca 92310 Tel: 760-380-7035 Fax: 760-380-3693 Email: Sarah.MunozMarquez@us.army.mil < BR>Alternate POC Acquisition Command: Ms. Mildred Pryor NTC Acquisition Command PO Box 105095 Fort Irwin, Ca 92310 Tel: 760-380-4454 Fax: 760-380-3693 Email: mildred.pryor@us.army.mil *****ALL QUESTIONS IN REGARD TO THIS COM BINED SYNOPSIS/SOLICITATION MUST BE SUBMITTED BY WRITING VIA E-MAIL BY THE 26 FEBRUARY 2008*****
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01514911-W 20080224/080222224601 (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.