Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2009 FBO #2871
SOLICITATION NOTICE

N -- RECOVERY--N--RECOVERY Purchase and Install Installation Identification Signs

Notice Date
10/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
WC1CB790039269
 
Response Due
10/12/2009
 
Archive Date
12/11/2009
 
Point of Contact
Woody Slate, 9073533480
 
E-Mail Address
ACA, Fort Richardson
(woody.slate@us.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 procurement is WC1CB790039277 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36 and Defense Federal Acquisition Regulation Supplement Change Notice DCN 20090825. For informational purposes the North American Industry Classification System code is 339950 Sign Manufacturing with a small business size standard of 500 employees. This acquisition is being Set-Aside for Service Disabled Small Businesses Only. This is a firm-fixed price acquisition and will be procured using commercial item procedures and award selection will be based on lowest price technically acceptable. STATEMENT OF WORK: Contractor must attend site visit on 05OCT09 at 1000 at BLDG 603 conference room in order to place a bid on this solicitation. Provide all material, labor, and equipment necessary to install restricted signs along the perimeter fence line or property line as shown on the attached photo map. See Restricted Sign attachment for sign wordage. Warning shall be red and the rest of the wordage shall be black. The signs shall be installed approximately 100 linear feet apart. The signs on the fence shall be type G2 sign with 3 holes on top and bottom, using galvanized zinc or plastic coated bolts/nuts and big body washers to tie the sign to the fence. The type G3 signs along the Richardson Highway shall be placed passed 150 from the center line (the right-a-way) in the tree area, placing them on trees that are 4 or greater and having the signs face the highway. The type G3 signs along Jarvis Creek shall be 100 from the fence and along the tree line of the Jarvis Creek. The signs shall be reflective property management signs on rust-free.080 mil aluminum, using 3M material or equivalent for reflective sheeting. The signs shall face out away from Ft Greely and the signs on the Missile Defense Complex (MDC) shall face out away from MDC. 60 type G2 signs and 339 type G3 signs, so any extra signs shall be turned over to the Government. GENERAL NOTES: 1.The contractor needs to arrange for a site visit as the government does not guarantee initial site conditions. 2.Submit with cost proposal a probable sequence of events timeline to include long lead item delivery times and TOTAL JOB DURATION. 3.A schedule will be submitted, for approval or negotiation, to DPW Contract Management within five business days after receipt of a Notice to Proceed. 4.All schedule changes will be negotiated and approved through DPW Contract Management. 5.A meeting with DPW personnel will be held to review the contractors schedule, quality control plan, submittals and discuss any required coordination, issues and clarifications. 6.Installed equipment, real property, and salvageable material will remain property of the Government unless otherwise noted by the contracting office. 7.Materials submittals will be delivered to DPW Contract Management for approval prior to use on job. 8.All materials used will be new and free of defects unless previously approved by DPW Contract Management. All materials will be installed to Industry Standards in accordance with Manufacturers recommendations and instructions. 9.All work will comply with applicable state building codes; all work will comply with Federal, State, and Ft. Greely Environmental Regulations (see FGA Environmental Procedure Manual). 10.All work shall be performed in a skillful and skilled craftsman-like manner to current applicable industry standards. Work requiring certified craftsmen shall be performed by certified personnel. Proof of such certification, training, or other qualifications shall be made available to the Government upon request. The Contractor shall pay all training and certification costs. 11.Contractors responsibilities include following their government approved, corporate Quality Control plan. 12.Final inspection date is predicated upon completion of all contractors Quality Control punch list items. 13.All work is subject to inspection and testing by the Government at all places and at all reasonable times before acceptance. Government inspections and tests do not relieve the contractor of the responsibility for providing adequate quality control measures, nor does it constitute or imply Government acceptance of the work. The presence or absence of a Government inspector does not relieve the contractor of complying with the specified requirements, nor is the Government inspector authorized to change any terms or condition of the specification without the Contracting Officers written authorization. 14.The Contractor is responsible for quality control and shall establish and maintain an effective quality control system. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product that complies with the specified requirements. 15.The Contractor is responsible for proper job site postings to include the DOL publication WH-1321 and applicable WD found in the Task Order. 16.The Contractor is responsible to ensure that sub-contractors submit properly completed SF-1413s and certified payrolls. The Contractor is responsible for keeping their own and the subcontractors certified payrolls filed for each special project to include all SF 1413s, SF 1445s and making them available on request by KO, COTR or QAEs. The technical expert will evaluate the quotes on the basis of information furnished by the offeror and specifications provided in the RFQ. The following clauses are hereby incorporated: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), FAR 52.211-6 Brand Name or Equal (AUG 1999), FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, FAR 52.212-5, FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), FAR 219-8 Utilization of Small Business Concerns (MAY 2004), FAR 52.219-14 Limitations on Subcontracting (DEC 1996), Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-19 Child Labor-Cooperation with the Authorities and Remedies (FEB 2008), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-50 Combating Trafficking in Persons (FEB 2009), FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008), FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007), FAR 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007), FAR 52.225-1 Buy American Act-Balance of Payments Program Supplies, FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments, FAR 52.222-41 Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) (5 U.S.C. 5341), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008). The offerors quote shall contain the following information: offerors quote number, date, name, address, terms of any warranties, price, any discount terms, and acknowledgement of all RFQ amendments (if applicable). Quote shall also contain all other documentation specified herein. Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability. Response Time: MANDATORY SITE VISIT WILL BE CONDUCTED ON OCTOBER 5, 2009 AT 1000 HOURS. CONTRACTORS WILL MEET AT BLDG 603 CONFERENCE ROOM. CONTRACTOR MUST ATTEND THE SITE VISIT IN ORDER TO PLACE A BID ON THIS SOLICITATION. All quotes will be accepted at the Regional Contracting Office-Alaska BLDG 3401 Room 210, Fort Wainwright, AK 99703-0510, no later than 1100 ADT on October 12, 2009. All quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail proposals will be accepted. Note: All offerors shall be registered in the Central Contractor Registration (CCR) before being considered for award and be designated a service disabled small business. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via e-mail to woody.slate@us.army.mil or by fax to 907-353-7302 (follow up with a phone call notification or email to ensure receipt), or mailed and received before the deadline. If delivered by courier service (i.e. FedEx, UPS, DHL, etc.) are considered hand carried and must be addressed to: Regional Contracting Office-Alaska, BLDG 3401 Room 210, Fort Wainwright, AK 99703-0510.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABQ/DABQ03/WC1CB790039269/listing.html)
 
Place of Performance
Address: Regional Contracting Office, Fort Wainwright BLDG 603 Fort Greely AK
Zip Code: 99731
 
Record
SN01979149-W 20091004/091002235247-b9f740e6599d0402268df951fef5c0f8 (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.