Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2010 FBO #3301
SOLICITATION NOTICE

56 -- Purchase and delivery of new handmade Cushwa Brick and Coping Brick

Notice Date
12/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
WASO - HPTC - Historic Preservation Training Center Gambrill House4801A Urbana Pike Frederick MD 21704
 
ZIP Code
21704
 
Solicitation Number
I2724110017
 
Response Due
12/23/2010
 
Archive Date
12/6/2011
 
Point of Contact
Sheila Rushlow Contract Specialist 3016638206103 sheila_rushlow@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
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number I2724110017 is issued as an Invitation to Bid (IFB) for the purchase and delivery of 11,000 new handmade Cushwa Brick and 11,000 new handmade Cushwa Coping Brick which match the Government-Furnished sample brick in surface texture, density and color in accordance with the following: 11,000 new handmade brick shall have dimensions of 8 'L x 2 'H x 3 7/8' W. No alternate size will be considered. The surface color shall be a blend of three standard colors. The ratio shall be 45% Number 107 Regency, 50% Number 103 Georgian and 5% Number 202 Hartford. The Contractor shall forward a sample for National Park Service review and approval prior to final production. The 1,000 coping brick shall have the dimensions specified in sketch labeled Attachment A, dimensions for coping brick available for download at http://www.nps.gov/training/hptc/Administrative.htm. The surface texture, color and density shall match as close as possible to the Government-Furnished historic brick sample. No alternate size will be considered. The surface color shall be a blend of three standard colors. The ration shall be 45%, Number 107 Regency, 50% Number 103 Georgian and 5% Number 202 Harford. The Contractor shall provide the Government with written specifications for the brick and coping stone. The Contractor shall delivery all material to Raleigh National Cemetery, 501 Rock Quarry Road, Raleigh, North Carolina 27610 on or before January 31, 2011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-46. The North American Industry Classification System (NAICS) is 327121. The Solicitation is a total Small Business Set-Aside, Size Standard 500 Employees.Pricing shall be provided in the following format: Quantity: 11,000 handmade brick at $_________ per unit cost for a total cost of $_________________; 1,000 coping brick at $_________ per unit cost for a total cost of $____________; and delivery 1 Job $__________________. The total firm-fixed price for the job is: $_________________. The following provisions and clauses are applicable to this acquisition and are available at http://acquisiton.gov/far/index.html, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service. Written Bids shall be submitted in an original copy by no later than 12:00 p.m. Eastern Standard time on December 23, 2010 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Fax or Email bids ARE NOT authorized. Bids shall and shall include: (1) Written statement confirming delivery by January 31, 2011; (2) Specification sheet from Cushwa to ensure it is compliant with the Government specifications identified. If other than specified the bid will be rejected; (2) All pricing, broken down in the above format; (3) Completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; (4) Originally signed copy of Standard Form 1449 downloadable through: http://acquisition.gov/comp/far/index.html, go to GSA Forms Library, Standard Form (SF), scroll down to SF1449, Solicitation/Contract/Order for Commercial Items. On the Standard Form 1449, the Bidder shall guarantee that pricing is good for 90 days after receipt of bids; (5) confirmation of registration in Contractor Central Registry (CCR) www.ccr.gov; and (6) Dunn and Bradstreet Number. The Government anticipates award of a firm-fixed price contract on or before December 23, 2010. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/I2724110017/listing.html)
 
Place of Performance
Address: Contractor's facility with delivery to Raleigh, NC
Zip Code: 27610
 
Record
SN02339175-W 20101208/101206234048-ec36ee0ab5e2f0900e22c81085706c76 (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.