Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2009 FBO #2783
SOLICITATION NOTICE

78 -- RECOVERY--78--Playground Equipment/Installation for Lucas and Minooka at Wilson Lake Project Office, 4860 Outlet Blvd., Sylvan Grove, KS. 67481

Notice Date
7/8/2009
 
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-1021
 
Response Due
7/28/2009
 
Archive Date
9/26/2009
 
Point of Contact
Andre D. Vasseur, 816-389-3435<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(andre.d.vasseur@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. The solicitation number for this acquisition is W912DQ-09-T-1021 and it is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-32. This acquisition is to be set-aside 100% for small business concerns. The associated NAICS code for this project is 423910 and the business size standard is 500 employees. CONTRACT LINE ITEM NUMBERS 0001 Playground Play Structure Play Structure PS3-91092 or Equivalent This CLIN will include all costs associated with all materials, delivery, and installation in accordance with the Statement of Work. Quantity 1 Unit of Issue Lump Sum FOB - Destination Deliver by 30 days after contract award Delivery to Wilson Lake Project Office, 4860 Outlet Blvd., Sylvan Grove, KS. 67481 0002 Playground Play Structure Play Structure PS5-90869 or Equivalent This CLIN will include all costs associated with all materials, delivery, and installation in accordance with the Statement of Work. Quantity 1 Unit of Issue Lump Sum FOB - Destination Deliver by 30 days after contract award Delivery to Wilson Lake Project Office, 4860 Outlet Blvd., Sylvan Grove, KS. 67481 STATEMENT OF WORK FOR CLIN 0001 This play structure design will meet ADA Accessibility Guidelines for buildings and facilities, effective November 17, 2000 as published by the Architectural and Transportation Barriers Compliance Board with the addition of zero ground level play components of zero different types of play and when installed over accessible surfacing. This site plan should be checked against the actual site area prior to the purchase or installation of equipment. The unit measure located in the center of the platform indicated the height above the protective surfacing level. The protecting surfacing for this design must accommodate a fall height of at least six feet. The structure size for this unit is 35x 38 requiring protective surfacing for an overall use zone of 48x50. The approximate surface area is 1,752 sq. ft. as required by ASTM F 1487-01 guidelines. The structure is designed to accommodate fifty-four children from five to twelve years of age. Perimeter requires forty-seven landscape timbers four feet long. Playland Equipment Installation or equivalent. Surfacing: Black Timbers & Stakes Rubber Nugget Safety Surface Geotextile Fabric Surface Underlayment One ADA Ramp, (BLACK) Quote will include cost of total materials, delivery and installation STATEMENT OF WORK FOR CLIN 0002 This play structure design will meet ADA Accessibility Guidelines for buildings and facilities, effective November 17, 2000 as published by the Architectural and Transportation Barriers Compliance Board with the addition of zero ground level play components of zero different types of play and when installed over accessible surfacing. This site plan should be checked against the actual site area prior to the purchase or installation of equipment. The unit measure located in the center of the platform indicated the height above the protective surfacing level. The protecting surfacing for this design must accommodate a fall height of at least six feet. The structure size for this unit is 41x32 requiring protective surfacing for an overall use zone of 53x44. The approximate surface area is 1,739 sq. ft. as required by ASTM F 1487-01 guidelines. The structure is designed to accommodate sixty-nine children from five to twelve years of age. Perimeter requires forty-three landscape timbers four feet long. Playland Equipment Installation or equivalent. Surfacing: Black Timbers & Stakes Rubber Nugget Safety Surface Geotextile Fabric Surface Underlayment One ADA Ramp, (BLACK) Quote will include cost of total materials, delivery and installation. APPLICABLE CLAUSES This Request for Quotation incorporates the following provisions and clauses. The full text clauses may be accessed electronically at http://www.arnet.gov/far/. -52.203-6, Alt. I Restrictions on Subcontractor Sales to the Government (OCT 1995) -52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008) -52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (MAR 2009) -52.204-11 American Recovery and Reinvestment Act Reporting Requirements (MAR 2009) -52.212-1 Instructions to Offerors Commercial Items (JUN 2008) -52.212-3 Offeror Representations and CertificationsCommercial Items (JUL 2009) -52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) -52.212-5, Alt. II Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2009) -52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) -52.219-8 Utilization of Small Business Concerns (MAY 2004) -52.222-3 Convict Labor (JUN 2003) -52.222-21 Prohibition of Segregated Facilities (FEB 1999) -52.222-26 Equal Opportunity (MAR 2007) -52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) -52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) -52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) -52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) -52.222-41 Service Contract Act of 1965 (NOV 2007) -52.222-50 Combating Trafficking in Persons (FEB 2009) -52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain EquipmentRequirements (NOV 2007) -52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain ServicesRequirements (FEB 2009) -52.222-54 Employment Eligibility Verification (JAN 2009) -52.225-1 Buy American Act -- Supplies (JUN 2003) -52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) -52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003) -52.233-3 Protest After Award (AUG 1996) -52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) -52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) THIS ACQUISITION WILL BE FUNDED USING AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) FUNDS. AS SUCH, ALL REPORTING REQUIREMENTS REQUIRED BY CLAUSES 52.203-15, 52.204-11, AND 52.212-5, ALT. II ARE IN FULL FORCE AND EFFECT. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their proposal in accordance with standard commercial practice (i.e. proposal form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; companys complete mailing and remittance addresses; any discount terms; DUNS number; and Taxpayer Identification Number. The quote must include prices for both CLINs 0001 and 0002. Award will be made to the quoter offering the lowest price technically acceptable. Any questions regarding this solicitation MUST be submitted by email to the point of contact below. In accordance with FAR 52.212-1(k), the prospective awardee shall be registered and active in the CCR database prior to award. If the contractor does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT closing date of this solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered contractor. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. PROPOSALS ARE DUE NOT LATER THAN 14:00 (CST), 28 July 2009. YOU ARE ENCOURAGED TO SUBMIT PROPOSALS ELECTRONICALLY. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) must be submitted along with each quotation. The Government reserves the right to cancel this combined synopsis/solicitation. Electronic proposals are now being accepted via email at andre.d.vasseur@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-T-1021/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01868710-W 20090710/090709000236-2def6f12ffbe1a89b25def363650d086 (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.