Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

56 -- CEILING TITLES

Notice Date
6/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
444190 — Other Building Material Dealers
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFQ-08-1455
 
Archive Date
6/21/2008
 
Point of Contact
Juana Quinteros,, Phone: 410-594-2034, Noreen Pleines,, Phone: 4109653468
 
E-Mail Address
Juana.Quinteros@ssa.gov, noreen.pleines@ssa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Notice. The Social Security Administration is seeking competitive quotations for Celotex Cepaul Ceiling Titles or equal. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written request for quotation will not be issued. This procurement is being conducted as a simplified acquisition in accordance with FAR Part 13. The North American Industry Classification System code for this acquisition is 444190. The small business size standard is $6.5 million. All responsible small business sources may submit a quotation that shall be considered by the Agency. Quotations submitted from other than small businesses will be rejected. The incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular 2005-25 (April 2008). This request for quotation is identified as Solicitation Number SSA-RFQ-08-1455. REQUIREMENT (Line item 0001 on the resultant order): Celotex Cepaul Series # 1465 ceiling tile or equal, 17,600 Square Feet, 110 cartons of 11/2”X48”x60” (One and One half inch by 48 inch by 60 inch) "Open Plan" square edge lay in fiberglass ceiling tile with white elite finish, 2ml Vinyl surface, washable, impact resistant with foil backing, NCR 1.00, AC 210, CAC 25 Class A Fire Rating and 0.85 light reflectance. Standard Material Warranty. PACKAGING: Each package and pallet must be marked with the purchase order number. DELIVERY LOCATION: Social Security Administration, National Computer Center Loading Dock, 6201 Security Blvd, Baltimore, MD 21235. Delivery of all shipments shall be made between the hours of 6:00 AM to 2:30 PM Monday through Friday. Maximum height clearance is 13ft 5inches. Before delivering any item to the receiving dock at the National Computer Center (NCC), notify the Project Officer, <name and telephone number to be provide after award>, that your shipment will arrive at the NCC and provide the following information: -Contractor name, -Truck logo (carrier name), -Award number, and -Delivery date. If available, include also: -The truck driver's name, and -The truck tag number. Please make sure that the driver has an ID with him/her along with a copy of the bill of lading or other delivery document.CLAUSES: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb. 1998) - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this /these address: www.arnet.gov. 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), and 52.247-34 F.O.B. Destination (Nov 1991). The following clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2008) apply to this acquisition: (b)(5), (b)(15), (b)(16), (b)(17), (b)(18), (b)(19),(b)(21), (b)(24), (b)(28), and (b)(31). INSTRUCTIONS TO OFFERORS: FAR Provision 52.212-1, Instructions to Offerors-- Commercial Items (April 2008) is incorporated by reference. The following provisions apply: (a), (b)(1), (b)(2), (b)(3), (b)(5), (b)(6), (b)(7), (b)(8),(b)(9), (b)(11), (c), (f),(g), (j), (k) and (l). Offerors must include a completed copy of the provisions at FAR Part 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2008), with their quote. In addition, offerors must indicate the delivery time in their quote. The Representation and Certifications can be found at website - www.ssa.gov/oag or at www.arnet.gov. Offerors should also indicate in their offer if payment by government purchase card will be acceptable. AWARD WITHOUT DISCUSSIONS: Offerors are reminded that FAR 52.212-1(g) provides that the Government intends to evaluate offers and award without discussions (except clarifications as described in FAR 15.306(a)). Responses must be submitted by 3 p.m. Eastern Standard Time, Friday June 6th, emailed to Juana.Quinteros@ssa.gov. Responses may also be submitted by Fax to 410-965-2965, Attn: Juana Quinteros. EVALUATION FACTORS INFORMATION: In accordance with FAR 12.301(c)(2), the provisions set forth below are provided in lieu of the provision at 52.212-2, Evaluation--Commercial Items (Jan 1999). To be considered for an award under this solicitation offerors must provide a firm, fixed f.o.b. destination price. Award will be made on the basis of lowest price, technically acceptable quote. In the event of a tie the socio-economic status of the offeror could be decisive if two or more offerors are considered equal in terms of price. In this situation the government may consider the socio-economic status of the offerors in the following descending order of priority: (1) 8(a); (2) HUBZone; (3) Service Disabled; or (4) Small Business. OFFEROR'S RESPONSIBILITY: FAR 9.103(b) requires that the Contracting Officer make an affirmative determination of responsibility for a prospective contractor with respect to any proposed contract award. Therefore, due consideration shall also be given to those general standards for responsible prospective contractors as set forth in FAR 9.104-1, including (but not necessarily limited to) whether the offeror is otherwise qualified and eligible to receive an award under applicable laws and regulations. To be eligible for award offerors must be registered in the Central Contractor Registration database. NOTICE OF AWARD: 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c6cbee87f0c81db112b003b6a7d804ad&tab=core&_cview=1)
 
Place of Performance
Address: Social Security Administration, National Computer Center Loading Dock, 6201 Security Blvd, Baltimore, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN01584591-W 20080604/080602215648-c6cbee87f0c81db112b003b6a7d804ad (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.