Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
SOLICITATION NOTICE

78 -- RECOVERY--78--Furnish and deliver standard park grills, accessible six foot picnic tables, eight foot picnic tables and multilevel campfire rings in accordance with the attach specifications.

Notice Date
6/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-T-0082
 
Response Due
7/8/2009
 
Archive Date
9/6/2009
 
Point of Contact
margie.slavens, 660-438-7317<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(margie.a.slavens@usace.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, 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. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-31 and Defense Federal Acquisition Regulation Supplement 20090115. The government intends to compete a firm-fixed price procurement that is set-aside for small business under NAICS code 423910 with a size standard of 100 employees. Quotes in response to this solicitation must be signed and dated and submitted no later than 10:00 a.m. CST, July 8, 2009. Quotes may be submitted via hardcopy, to the address below, by email to Margie.A.Slavens@usace.army.mil or by facsimile to 660-438-7815. Vendors are responsible for verifying the receipt of any quotes submitted by fax or email. In order to assure that you quote is received, you can contact Margie Slavens at 816-389-3606. Any contract resulting will be firm fixed price (FFP) supply contract. Delivery shall be no later than 11 December 2009. Please note that vendors must be currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). Additionally there are some unique reporting requirements relevant to the use of ARRA funds (see FAR 52.204-11) Offerors are responsible for understanding the provisions and clauses incorporated in this solicitation. These clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. Technical Point of Contact - Tammy Gilmore 816-389-3573. Contractual Point of Contact - Margie Slavens 816-389-3606. Utilizing funds from the American Recovery and Reinvestment Act (ARRA), this solicitation is for the procurement to furnish and deliver the following: 6 each - Standard Park Grills 6 each - Accessible six foot Picnic Tables 50 each - Eight foot Picnic Tables 50 each - Multilevel Campfire Ring. The above items shall be delivered to the Harry S. Truman Project, 15968 Truman Road, Warsaw, MO 65355. Specifications are provided as follows: Standard Park Grill - Qty 6 * Pedestal type grill *Grill supported by 3-1/2 inch OD X 40 inch long steel pipe for permanent installation in concrete. *300 square inch grate cooking surface *4 cooking levels that adjust between 3-1/2 inch to 8-3/4 inch above the firebed. *15 inch X 20 inch X 10 inch high firebox *Firebox constructed of 3/16 inch plate steel. Edge connections welded. *Grate constructed with inch steel bars spaced on 1-1/8 inch centers. Support handles constructed with 5/8 inch diameter steel bars. *Grate permanently attached to firebox. *Grate provided with two constructed coil grips. *High temperature, heat resistance, non-toxic black enamel finish. Accessible 6 foot Picnic Table - Qty 6 *Top - aluminum planks 6 foot long. Clear anodized finish. *Seat - aluminum planks 5-1/2 foot long. Clear anodized finish. *Accessible to wheelchairs at both ends. *Frame 2-3/8 inch OD welded steel pipe. Hot dip galvanized finish. *Frame supported by diagonal braces 1-5/16 inch OD X 14 gauge steel pipe *Clearance under the table top 30 inch wide X 27 inch high. Total toe/knee clearance 24 inch deep. (Toe clearance 5 inch deep X 9 inch high + knee clearance 19 inch deep X 27 inch high) *Seat height 18 inch *Include hardware. 8' Picnic Table - Qty 50 *Top - aluminum planks 8 foot long. Clear anodized finish. *Seat - aluminum planks 8 foot long. Clear anodized finish. *Frame 2-3/8 inch OD welded steel pipe end frames. Hot dip galvanized finish. *Frame supported by diagonal braces 1-5/16 inch OD X 14 gauge steel pipe *Include hardware Multilevel Campfire Ring - Qty 50 *300 square inch grate cooking surface *4 cooking levels that adjust between 3-1/2 inch to 8-3/4 inch above the firebed. *Ring - 3/16 inch steel 32 inch OD with 1 inch formed flange around top edge of ring 6-1/4 inch high *Tip back, U-shape anchors *High temperature, heat resistance, non-toxic black enamel finish. The following FAR provisions and clauses apply to this solicitation, are incorporated by reference, and will be incorporated into any contract resulting from this notice: 52.204-7, Central Contractor Registration (Apr 2008) 52.204-8, Annual Representations and Certifications (Feb 2009) 52.204-11, American Recovery and Reinvestment Act Reporting Requirements (Mar 2009) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items. 52.212-3, Offeror Representations and Certification Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.214-3, Amendment to Invitation to Bid 52.214-13, Electronic Bid Submission 52.225-1, Buy American Act - Supplies 52.225-2, Buy American Act Certificate 52.232-18, Availability of Funds 52.244-6, Subcontracts for Commercial Items (MAR 2009) 52.212-5, Alt II Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following clauses are checked as being applicable in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements IMPORTANT - The contractor must file quarterly reports during the term of any contract resulting from this notice. It is suggested this clause be read in its entirety. 52.219-6, Notice to Total Small Business Set Aside 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7000, Offeror Representations and Certifications Commer5cial Itmes: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) QUESTIONS: Please direct contractual questions to Margie.A.Slavens@usace.army.mil. Please direct technical questions to Tammy.G.Gilmore@usace.army.mil. TO QUOTE: At a minimum, responsible sources shall provide the following: * A signed quote sheet for ALL ITEMS * Duns #
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-T-0082/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City, Harry S. Truman Project Office 15968 Truman Road Warsaw MO<br />
Zip Code: 65355<br />
 
Record
SN01853528-W 20090625/090624000158-749cc46d09e1741f2d3edd854c241c8f (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.