Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

95 -- Ground Mounted Spikes

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB11T4063
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Michael Weaver, 586-239-5539
 
E-Mail Address
127 MSC
(michael.weaver.1@ang.af.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. (I) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912JB-11-T-4063 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-53. (IV) This acquisition is reserved for a small business concerns. The associated NAICS code for this acquisition is 423390; Standard Industrial Classification code is 5309; Small Business size standard is 500 employees. (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001: Heavy duty surface mount traffic spike section-powder coated safety red, includes nite bite reflective spikes and latch down. The ground mounted spikes must be constructed of steel plating 3/8" or greater. Spikes shall be 5/16 inches high. All surfaces must be treated to resist rust and corrosion. Spikes must allow traffic passage from one direction only. Spikes must be mounted on counter balanced mechanical and spring loaded. Spike assembly must support at least 100K lbs. Assembly must support speeds of 25 mph without causing damage to vehicle crossing it. Entire assembly height from road surface to top of spikes must not exceed 3 11/16 inch. Spike assembly must be 3 foot long and19 inches wide. QTY: 23 EA CLIN 0002: Traffic Spike End Caps sets of 2 powder coated safety red QTY: 5 SETS CLIN 0003: 10 gallon container of 2 part gel paste epoxy Should cover approximately 12 to 15 feet of ground surface to mount spike sections. QTY: 5 EA (VI) This solicitation is for the purchase of the ground mounted surface spikes and epoxy. (VII) FOB point is Destination to Selfridge Air National Guard Base, MI 48045 with a delivery date of 180 days after receipt of order (ARO). (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) The government intends to award a contract to the lowest priced technically acceptable offeror without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. (X) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. (XI) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (XII) The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-7, Central Contractor Registration 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, Central Contractor Registration 252.211-7003, Item Identification and Valuation 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.212-7001 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate (XIV) N/A. (XV) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: fbo.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 1:00 P.M. EST, Friday 15 Sep 2011. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offers are due to the 127 MSC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 10:00 A.M. EST, 19 Sep 2011. All responsible sources may submit a response which, if timely received must be considered by the agency. Emailed quotes will be accepted at michael.weaver.1@ang.af.mil. Point of Contact for this solicitation is Michael Weaver, 586-239-5539.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB11T4063/listing.html)
 
Place of Performance
Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
 
Record
SN02576063-W 20110916/110915000007-8313fc0777b3e70258964f9c31fb13e9 (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.