Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2008 FBO #2384
SOLICITATION NOTICE

56 -- Steel Roof Panels

Notice Date
6/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-08-Q-0015
 
Archive Date
6/25/2008
 
Point of Contact
Sandra A. Nixon,, Phone: (540) 542-2303
 
E-Mail Address
sandra.nixon@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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; offers are being requested and a written solicitation will not be issued. HSFEMW-08-Q-0015, issued as a Request for Quotation (RFQ), is for the purchase of Steel Roof Panels. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 05-25, dated 4.22.08. This procurement is being solicited on a total small business set-aside basis. The NAICS and small business size standard for this project are: 423510/500. Only one award will result from this solicitation, via the issuance of firm-fixed-price simplified acquisition order. Items are req'd to be delivered to: DHS/FEMA, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, which is also the place of inspection & acceptance. Gov'ts desired delivery time is 2 wks after receipt of order however, earlier delivery will be accepted. Government desires delivery terms to be FOB Destination. ITEM 1. Steel Roof Panels, consisting of 112 Panels, QTY: 1 LOT. MANDATORY REQUIREMENTS – a. Roof panels shall be constructed of 18 gauge minimum steel w/zinc/aluminum coating meeting ASTM A792/A792M. b. Roof panels shall be corrugated w/1.5 inch deep ribs spaced 7.2 inches on center, which is equal to the following commercially available products: (1) McElroy Metal, Inc. Mega-Rib Panel, (2) AEP Span HR-36 Panel, (3) Flexospan Flexbeam Panel. c. Panel size shall be 144 inches long by 36 inches cover width. The actual panel width shall be wider as necessary to allow adjacent panels to interlock. d. Roof panels shall be coated with a material equal to any of the following: (1) Valspar coating, Flurothane IV, (2) FlexOspan Flexshield, (3) AEP Span Duratech 5000. e. Roof panel coating thickness shall be 8 mil top/4 mil bottom, or shall be the maximum recommended by the manufacturer if these thicknesses are not available. f. All substitutions to the specific products mentioned in the Mandatory Requirements identified above must be submitted for approval (SEE Descriptive Literature information below). NOTE: If the l Lot quantity of 112 panels does not meet minimum order requirements, offerors are requested to provide a quote for the closest minimum amount. BASIS FOR AWARD: The Gov't will make award to the responsible/responsive offeror whose offer will be most advantageous to the Gov't based on lowest price/technically acceptable factors. In order for an offeror's products to be considered technically acceptable, the mandatory requirements identified above must be met. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" w/their response. (Note: The successful Contractor must be registered in the Central Contractor Registration (CCR) database, a part of the Business Partner Network (BPN), and must have completed the electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the CCR database.) The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions--Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 52.219-6 "Notice of Total Small Business Set-Aside," 52.219-14 "Limitations on Subcontracting," 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, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far and http://www.gsa.gov/far. DESCRIPTIVE LITERATURE: If an offeror is proposing an "or equal" product, said offeror must provide descriptive literature adequate enough for the Government to determine if the proposed product meets the Government's minimum requirements, as identified in the item descriptions above. Failure of an offeror to submit descriptive literature for a proposed "or equal" product will result in that product being rejected from further consideration. Further, descriptive literature which fails to show that the proposed product complies w/the requirements stated above will result in rejection of that product. Due date for receipt of responses to this RFQ will be 3:30 PM/EST, 06-10-08 to FEMA, MWEOC, 19844 Blue Ridge Mountain Rd., Bluemont, VA 20135, ATTN: Ms. Sandi Nixon, Bldg. 413, telephone number 540/542-2303, fax number 540/542-2632, or email at sandra.nixon@dhs.gov. Electronic responses are preferred.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=139d870377a49fb94fd8fe58fcf59e75&tab=core&_cview=1)
 
Record
SN01586709-W 20080606/080604215923-139d870377a49fb94fd8fe58fcf59e75 (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.