Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOLICITATION NOTICE

56 -- RECOVERYPWR ARRA HAVO 154583-1Fence Materials

Notice Date
4/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - GOGA Golden Gate NRA Bldg. 201, Fort Mason San Francisco CA 94123
 
ZIP Code
94123
 
Solicitation Number
Q8306100492
 
Response Due
4/26/2010
 
Archive Date
4/16/2011
 
Point of Contact
Barbara Helphrey Contracting Officer 4155614768 barbara_helphrey@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
RECOVERYPWR ARRA HAVO 154583-1 The National Park Service has identified a requirement for fencing material, including but not limited to T-posts, wire fabric and t-post fence clips. Contractor will be responsible for furnishing all supplies, inclusive of shipping, to Hawaii Volcanoes National Park. The items required under this solicitation are commercial items. Commercial item procedures are being used for this procurement and the contract type will be a FIRM FIXED PRICE contract. This combined synopsis/solicitation for commercial items has been prepared in accordance with Federal Acquisition Regulation (FAR) 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 is Q8306100492 and is issued as a Request for Quotes (RFQ). This solicitation is issued pursuant to full and open competition. The North American Standard Industrial Classifications System Code (NAICS) is 444220 and the annual size standard is $6.5M. A Firm Fixed Price contract will be awarded to the responsible vendor whose offer conforming to the solicitation offers the lowest evaluated price. ***This project is funded through the American Recovery and Reinvestment Act and the contractor must meet all reporting requirements as described in FAR 52.204-11. The Contractor shall report the required information using the online reporting tool available at www.FederalReporting.gov.*** FENCE MATERIAL SPECIFICATIONS: 8'6" Galvanized Steel T-133 Fence PostsFabricated from hot rolled rail steel, or billet steel meeting ASTM A499-89 specifications or new billet possessing physical properties equivalent to or surpassing A499. Hot dipped galvanized per ASTM A123. Must meet ASTM A702-89 Steel "B" requirement. Must meet ASTM A702-89 specifications unless otherwise specified in this RFQ. Do not include wire fasteners. Line posts will be bound in bundles of 200 for delivery. Made in the USA. Quote must include delivery to Hawaii Volcanoes National Park. Wire Gauge Tensile Strength Breaking LoadGalv. CoatingTop and Bottom12 ga High Tensile 179K - 210K 1462lbs - 1696 lbs1.1 oz / sq.ftLine Wires12 1/2 ga High Tensile 179K - 210K 1350lbs - 1584lbs1.1 oz / sq.ftStay Wires12 1/2 ga Med-Tensile 943lbs - 1094lbs1.1 oz / sq.ftKnot Wires13 ga Low-Tensile 438lbs - 580lbs1.1 oz / sq.ft 1348-6-12-1/2 High Tensile Steel Woven Wire FabricHigh tensile steel woven wire fabric must meet AST 116. 48" tall woven wire will consiste of 13 horizontal line wires; vertical wire stays spaced 6 inches apart. Vertical spacing is graduated with the bottom gaps being the narrowest..330 foot roll. Made in USA. 30" x 5/8" x 5/8" Square Steel Concrete Form Nail States with Nail HolesMade in the USA. Galvanized T-AnchorsHot dipped galvanized T-133 T-Anchors. Certified ASTM A702/Galvanized per ASTM A123. Made in USA. T-post ClipsCoated. Made in USA. REGISTRATIONS: Vendors must have and/or maintain an active registration in the Central Contractor Registration (CCR) website to be eligible for a Government contract award. In order to receive any contract award, a vendor must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). To register a firm in the CCR system, visit http:www.bpn.gov or call 888-227-2423 or 269-961-5757. To register a firm in the ORCA system, visit http://www/bpn.gov. The Contracting Officer for this project is Barbara_Helphrey@nps.gov. Phone 415-561-4768. Please email any questions you may have regarding this requirement. Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.acquisition.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.211-6, BRAND NAME OR EQUAL;52.212-1, INSTRUCTIONS TO OFFERORS-COMMERICAL ITEMS;52.212-2, EVALUATION-COMMERICAL ITEMS - Evaluation factors include (a) price; (b) past performance supported by documentation and three references. Past performance shall be equal to price in importance;52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.212-3 must be submitted with the bid / offer, or you can register your reps and certs online at http://orca.bpn.govl52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERICAL ITEMS applies to this acquisition;52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERICAL ITMES, applies to this acquisition including, 52.233-3, Protests After Award, and 52.333-4, Applicable Law for Breach of Contract Claim, and, the following paragraph (b) clauses added:52.222-3, Convict Labor,52.222-19, Child Labor - Cooperation with Authorities and Remedies,52.222-21, Prohibition of Segregated Facilities (Feb 1999),52.222-26, Equal Opportunity (E.O. 11246),52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era,52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era,52.223-4, Recovered Material Certification,52.225-1, Buy American Act - Supplies,52.225-2, Buy American Act Certificate,52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1,52.225-5, Trade Agreements,52.225-13, Restrictions on Certain Foreign Purchases,52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. 52.203-6, Restrictions on Subcontractor Sales to the Government,52.215-2, Audit and Records-Negotiation,52.219-8, Utilization of Small Business Concerns,52.219-14, Limitations on Subcontracting,52.219-28, Post-Award Small Business Program Representation,52.223-3, Hazardous Material Identification and Material Safety Data,52.223-4, Recovered Material Certification,52.223-6, Drug Free Workplace,52.223-14, Toxic Chemical Release Reporting,52.223-15, Energy Efficiency in Energy-Consuming Products. American Recovery and Reinvestment (ARRA) Clauses:52.203-15, Whistleblower Protections under the ARRA,52.204-11, ARRA Reporting Requirement52.244-6, Subcontracts for Commercial Items. BID/PROPOSAL SUBMITTAL Bids/Proposals are due for this combined synopsis/solicitation on Monday, April 26, 2010 No Later Than (NLT) 2:00 PM Pacific Daylight time and shall be delivered to the National Park Service, Golden Gate National Recreation Area, Building 201, Fort Mason, San Francisco, CA 84123, ATTN: Barbara D. Helphrey, Contracting Office: RFQ Q8306100492. Facsimile Quotations are not acceptable, however they can be scanned and sent via email with all required documentation to: Barbara_Helphrey@nps.gov. No oral quotations will be accepted. Bidders must furnish the company name, DUNS number, address, phone, fax number email address (if available), and official point of contact. All bids/proposals must be signed by an authorized company official. All questions regarding this solicitation should be directed to Barbara Helphrey at 415-561-4768. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8306100492/listing.html)
 
Place of Performance
Address: Hawaii Volcanoes National ParkHawaii National ParkIsland of Hawaii, HI
Zip Code: 96718
 
Record
SN02123877-W 20100418/100416234650-1a85bf5cd95999e53cb528665e26a0c1 (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.