Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOLICITATION NOTICE

56 -- Concrete Jersey Barriers for Fort McCoy, WI.

Notice Date
7/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ARCC Fort McCoy Directorate of Contracting, Army Reserve Contracting Center - North, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA08T0139
 
Response Due
7/14/2008
 
Archive Date
9/12/2008
 
Point of Contact
Poppler Dawn, 608-388-2198
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-08-T-0139 is issued as a Request for Quotation (RFQ) and is due by 14 July 2008, 1500 hrs CST. This solicitation is set aside for HubZone small business participation under NAICS code 327390 with a small business size standard of 500 employees. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. CLIN 0001 660 each Concrete Jersey Barriers. 120 inches long x 24 inches wide at base x 32 to 36 inches high. The concrete jersey barriers must be concrete, movable by forklift and connectable. Quote pricing FOB destination Fort McCoy, WI 54656, photographs, from all sides, depicting contractors proposed barrier; meeting above specifications must be submitted with quote. The full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mil/, http://www.arnet.gov/far, and http://aca.saalt.army.mil/Community/policies.htm. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-3, Notice of HUBZone Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Rerepresentation; 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 Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees ; 52.222-50, Combating Trafficking in Persons; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clauses 252.225-7002, Qualifying Country Sources as Subcontractors; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.225-7000; Buy American Act--Balance of Payments Program Certificate; 252.227-7000, Non-Estoppel; 252.232-7010, Levies on Contract Payments; and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (a) 52.203-3, Gratuities; (b): 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea. ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. In accordance with 252.232-7003, payment requests are required to be submitted in electronic form through Wide Area WorkFlow; contractors are referred to the web site of Wide Area WorkFlow-Receipt and Acceptance https://wawf.eb.mil for more information. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number, Tax Identification Number, and technical information displaying features of proposed equal for comparison to suggested product. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. Quotes may be submitted by mail or Email. If you have questions, contact Dawn M Poppler, Contract Specialist, dawn.poppler@us.army.mil. Telephonic requests for information are discouraged. Quotes must be received at Army Reserve Contracting Center North, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153, no later than 14 July 2008, 1500 hrs CST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fbdc03a532ea4c85c325cc90b4213462&tab=core&_cview=1)
 
Place of Performance
Address: Army Reserve Contracting Center - North Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
 
Record
SN01605903-W 20080704/080702220440-fbdc03a532ea4c85c325cc90b4213462 (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.