Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

95 -- RHA PLATES

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
ACC-APG SCRT - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX11T0161
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
Hortensia E Tellez, 575-678-0697
 
E-Mail Address
ACC-APG SCRT - Adelphi
(hortensia.e.tellez@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. (ii) The solicitation number is W911QX-11-T-0161. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 dated 05 July 2011. (iv) This acquisition is set-aside for Small Business. The associated NAICS code is 331111. The small business size standard is 1000. (v). The following is a list of contract line item numbers and items, quantities and units of measure. CLIN 0001: 80 each:RHA Plate - MIL A-12560H Class 1, Size 1 inch x 72 inches x 144 inches. CLIN 0002: 25 each:RHA Plate - MIL A-12560H Class 1, Size.75 inches x 72 inches x 144 inches. CLIN 0003: 1 each: RHA Plate - MIL A-12560 Class 1, Size 0.5 inches x 6 feet x 12 feet. CLIN 0004: 5 each: RHA Plate - MIL A-12560 Class 1, Size 0.75 inches x 6 feet x 12 feet. CLIN 0005: 10 each: RHA Plate - MIL A-12560 Class 1, Size 1 inch x 8 feet x 12 feet CLIN 0006: 5 each: RHA Plate - MIL A-12560 Class 1, Size 1.25 inches x 6 feet x 12 feet CLIN 0007: 2 each: RHA Plate - MIL A-12560 Class 1, Size 1.5 inches x 6 feet x 12 feet CLIN 0008: 3 each: RHA Plate - MIL A-12560 Class 1, Size 2 inches x 6 feet x 12 feet CLIN 0009: 1 each: RHA Plate - MIL A-12560 Class 1, Size 2.5 feet x 6 feet x 12 feet CLIN 0010: 3 each: RHA Plate - MIL A-12560 Class 1, Size 3 inches x 6 feet x 12 feet CLIN 0011: 2 each: RHA Plate - MIL A-12560 Class 1, Size 4 inches x 6 feet x 12 feet CLIN 0012: 2 each: RHA Plate - MIL A-12560 Class 1, Size 6 inches x 6 feet x 6 feet CLIN 0013: 1 LOT: Shipping Charges to Aberdeen Proving Ground (APG), MD 21005 (vii) Shipment shall be marked for Buildings 1115 & 1100E and delivery shall be made to Aberdeen Proving Ground (APG), MD 20115. Acceptance shall be performed at Aberdeen Proving Ground (APG), MD 21005. The FOB point is Aberdeen Proving Ground (APG), MD 21005. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NOT APPLICABLE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical: The technical evaluation will be a determination as to whether the proposed product meets all of the specifications set forth in the solicitation. The technical evaluation will be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material such as cuts, illustrations, drawings, or other information necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement. If the vendor proposes to modify a product so as to conform to the requirement of this solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. 2. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules. Offerors shall include three (3) records of sales from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. 3. Price: The offeror's proposed price must be consistent with the cost/price proposal. Price will be assessed for completeness and reasonableness. Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award without discussions. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 5.203-3 Gratuities (APR 1984); 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006); 52.204-7 Central Contractor Registration (APR 2008); 52.204-7 Central Contractor Registration (APR 2008; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010); 52.209-6 Protecting the Government' Interest When Subcontracting (DEC 2010); 52.219-6 Notice of Total Small Business Set-Aside (JUN 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); 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); 52.225.25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); 52.233-3 Post After Award (AUG 1996); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); 252.203-3 Gratuities (APR 1984); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009); 252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.225-7000 Buy American Act-Balance of Payments Program Certificate (DEC 2009); 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009); 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003); 252.225-7008 Restriction on Acquisition of Specialty Metals (JUL 2009); 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010); 252.225-7030 Restriction on acquisition of carbon, alloy, and armor steel plate (DEC 2006); 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (DEC 2010); 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); 252.243-7002 Request for Equitable Adjustment 2005 (MAR 1998); 252.247-7023 Transportation of Supplies by Sea (May 2002). (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4407 Type of Contract; 52.004-4409 ACC-APG Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; 52.032-4003 Wide Area Workflow (WAWF) and Instructions for Firm Fixed Price Contracts and/or CLINs; ARL-L40 AMC-Level Protest Program (JULY 2011); A copy of the full text of these provisions will be made available upon request by contacting the contract specialist named below. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) is NOT APPLICABLE. (xv) The following notes apply to this announcement: NONE. (xvi) Offers are due on 26 Sep 2011, by 12:00 PM Mountain Standard Time (MST), electronically via HORTENSIA.E.TELLEZ.CIV@MAIL.MIL (xvii) For information regarding this solicitation, please contact Hortensia E. Tellez, 575-678-0697, HORTENSIA.E.TELLEZ.CIV@MAIL.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c4c2ae765c35893471a39a2944d6765c)
 
Place of Performance
Address: ACC-APG SCRT - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN02551362-W 20110828/110826235459-c4c2ae765c35893471a39a2944d6765c (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.