Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2008 FBO #2400
SOLICITATION NOTICE

61 -- Indefinate Delivery Indefinate Quantity (IDIQ) - HDPE Conduit

Notice Date
6/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-08-R-0026
 
Response Due
6/25/2008
 
Archive Date
8/24/2008
 
Point of Contact
Tina Lopez, 410-278-0771
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-08-R-0026. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-24. This requirement is a full and open competition. The associated North America Industry Classification System (NAICS) Code is 423610 and the Business Size Standard is 500. The Government contemplates award of an Indefinate Delivery Indefinate Quantity (IDIQ) Firm-Fixed Price contract for Conduit, 4 inch HDPE. The contract term is for a three year ordering period that consists of a base ordering year with a minimum guarantee of $100,000.00. Each delivery order will involve a minimum order amount of 50,000 LINEAR FEET per order. The anticipated estimated maximum quantity is 250,000 LINEAR FEET per year. The total quantity of material that can be purchased via this contract is 750,000 LINEAR FEET. The minimum guarantee order amount of $100,000.00 is applicable only to the initial base ordering year only; there is no minimum guarantee for subsquent ordering years. Acceptance shall be at destination. Shipping Costs shall be FOB Origin to Aberdeen Proving Ground, 21005. Each delivery order will require manufacturers commercial packaging based on quantity ordered. Transportation Freight Cost will be a separately priced line item on each delivery order. Appropriation funds will be referenced on individual delivery orders. Description of Requirement: Vendor to propose unit prices for the following items: Base Ordering Year 1 Date of Contract Award through 30 June 2009 1001 4 INCH HDPE CONDIUT, SCHEDULE 80, COLOR, BLACK, ON REELS, MANUFACTURE CARLON, PART# A16C5 (maximum estimated quantity 250,000 LF) unit price per each linear foot $______. First Option Ordering Year 2 (1 July 2009 through 30 June 2010) 2001 4 INCH HDPE CONDIUT, SCHEDULE 80, COLOR, BLACK, ON REELS, MANUFACTURE CARLON, PART# A16C5 (maximum estimated quantity 250,000 LF) unit price per each linear foot $______. Second Option Ordering Year 3 (1 July 2010 through 30 June 2011) 3001 4 INCH HDPE CONDIUT, SCHEDULE 80, COLOR, BLACK, ON REELS, MANUFACTURE CARLON, PART# A16C5 (maximum estimated quantity 250,000 LF) unit price per each linear foot $______. The following provisions and clauses will be incorporated by reference: The provision of FAR 52.212-3 and 52.212-3 Alt I, offeror Representations and Certifications-Commercial Items (July 2003) applies to this RFQ. 52.212-3 and 52.212-3 Alt I, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation, Commercial Items (January 1999). 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. This requirement will be awarded to a single vendor proposing the lowest aggregate unit price for all line items and combined option ordering periods. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1 Instructions to Offerors - Commercial Items SEP 2006 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Sep 2006) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) SEP 2006 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-4 Recovered Material Certification OCT 1997 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-11 Ozone-Depleting Substances MAY 2001 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.225-18 Place of Manufacture SEP 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.243-1 Changes--Fixed Price AUG 1987 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.211-7003 Item Identification and Valuation JUN 2005 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) OCT 2006 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7036 Buy American - Free Trade Agreement--Balance of Payments Program OCT 2006 252.232-7003 Electronic Submission of Payment Requests MAY 2006 252.232-7010 Levies on Contract Payments SEP 2005 52.204-7 Central Contractor Registration (Jul 2006) 52.212-2 Evaluation - Commercial Items (Jan 1999) 52.212-3 Offeror Representations And Certifications--Commercial Items (Sep 2006) 52.219-1 Small Business Program Representations (May 2004) - Alternate I (Apr 2002) 52.219-22 Small Disadvantaged Business Status (Oct 1999) 52.222-18 Certification Regarding Knowledge Of Child Labor For Listed End Products (February 2001) 52.222-22 Previous Contracts And Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 252.204-7006 Billing Instructions (Oct 2005) 252.223-7001 Hazard Warning Labels (Dec 1991) The following provisions and clauses will be incorporated by full text: 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from Date of Contract Award through 30 June 2011. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19 -- Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 50,000 linear feet., the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 100,000 linear feet; (2) Any order for a combination of items in excess of 500,000 linear feet; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 005 after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-22 -- Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 June 2011. (End of Clause) You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. This solicitation is eligible for the HQ Army Contracting Agency (ACA) Executive Level Agencu Protest (ELAP) Program, as an alternative to the usual provisions applicable for Agency protests under FAR 33.103. Provision ACAAI 5152.233-9000, Army Contracting Agency Executive Level Agency Protest Program is applicable. Additional information for ELAP may be accessed electronically at: http://www.aca.army.mil/docs/Community/ACAprotests.doc. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by no later than 25 June 2008 by 1:00 P.M Eastern Standard Time via fax 410-278-2407 or email to Tina.Lopez@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Regristration (CCR) database prior to award will not be considered. Vendors may register with CC by calling 1-800-334-3414 or online at www.bpn.gov/CCR.n For questions concerning this Request for Quotation contact Tina Lopez, Contracts Specialist, via email at tina.lopez@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5f6fc9f05f94731668fb5c1eeea4d10c&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN01598341-W 20080622/080620223217-5f6fc9f05f94731668fb5c1eeea4d10c (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.