Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2011 FBO #3463
SOLICITATION NOTICE

95 -- Steel Sheets

Notice Date
5/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R11T1028
 
Response Due
5/23/2011
 
Archive Date
7/22/2011
 
Point of Contact
Kimberly Ross, 928-328-3314
 
E-Mail Address
MICC Center - YPG
(kimberly.ross3@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. This a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through, through Federal Acquisition Circular (FAC) 2005-51, Effective 02 May 2011 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20110511 Edition. The awarded contract will be Firm Fixed Price (FFP). It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. This solicitation is issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 331111 with a size standard of 1,000 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Offerors shall provide sufficient technical literature to enable the Government to determine that the proposed item meets the minimum specifications of the items being solicited. Minimum specifications shall be A36 steel with the dimensions of 20' x 8' x 1/2". The proposal shall consist of one Contract Line Item Number (CLIN); CLIN 0001, Quantity: 104, Unit of Issue: Each, Description: Steel Sheets, 20' x 8' x 1/2" A36 steel. The CSS, minimum specifications, and any other documentation are located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. Items shall be delivered to the U.S. Army Yuma Proving Ground in Yuma, AZ 85365 on or before 31 May 2011, however the soonest possible delivery is desired and offerors shall propose their best delivery schedule. All quotes will be evaluated for delivery schedule, technical acceptability, and price. The Government reserves the right to award to other than the lowest offeror. Offerors proposing an earlier delivery date than 31 May 2011 may be given higher consideration. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number W9124R-11-T-1028 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6849 no later than 12pm MST on 23 May 2011. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) POC with telephone and facsimile numbers and email address; (3) A completed copy of both FAR 52.212-3, Representations and Certifications with Alternate I and DFARs 252.212-7000 Offerors Representations and Certifications Commercial Items; (4) Proposed delivery schedule; (5) Sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements; (6) Proposed price to include any applicable freight. Arizona vendors are to include the Arizona Transaction Privilege Tax; (7) A statement indicating that the Government Visa Credit Card will be accepted as the method of payment; and (8) Acknowledgment of Solicitation Amendments (if applicable). Offerors that fail to furnish required representation or technical information as required by FAR provision 52.212-1 reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions 52.212-1, Instructions to Offerors of Commercial items (Jun 2008); 52.212-3, Offeror Representations and Certifications Commercial Item (Apr 2011) with Alternate I (Apr 2011). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Website at http://farsite.hill.af.mil/vffara.htm, locate the referenced provision, copy and paste it to a Word document and complete. If you have completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), you are only required to submit a signed copy of FAR Clause 52.212-3(b). The following apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jun 2010); 52.252-2 Clauses Incorporated by Reference (Feb 1998). FAR 52.247-34, FOB Destination (Nov 1991) is added by addendum. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Apr 2011) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alt I (Oct 1995); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-6, Notice of Total Small Business Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (Jan 2011); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post-Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.232-36, Payment Third Party (Feb 2010). DFARs provision 252.212-7000 Offerors Representations and Certifications Commercial Items (Jun 2005) and DFARs Clauses 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2011) applies to this acquisition. Specific clauses cited in DFARs 252.212-7001 that are applicable to this acquisition are 52.203-3, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Jan 2009); 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009); 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.243-7002, Request for Equitable Adjustment (Mar 1998); 252.247-7023, Transportation of Supplies by Sea (MAY 2002). DFARs 252.211-7003, Item Identification and Validation (Aug 2008); and 252.232-7010, Levies on Contract Payments (Dec 2006) are added by addendum. If you plan to participate in this acquisition, you are required to provide your name, address, phone number and email address to the POC listed below or by facsimile 928-328-6849 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2dc055c8aa76299e0e87c8039b9ce7fd)
 
Place of Performance
Address: MICC Center - YPG CCMI-RCY, 301 C Street BLDG 2364 RM 101 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02449497-W 20110519/110517234212-2dc055c8aa76299e0e87c8039b9ce7fd (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.