Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

56 -- Fencing

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - OCFO-Western Division of Acquisition2600 N. Central Avenue, Suite 450 Phoenix AZ 85004
 
ZIP Code
85004
 
Solicitation Number
A12PS02552
 
Response Due
9/18/2012
 
Archive Date
9/11/2013
 
Point of Contact
Ricky Mills Contract Specialist 60224145661446 ricky.mills@bia.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. FAR Parts 12 and 13 are being utilized and any language used must be interpreted with the simplified acquisitions in mind. Additional provisions and clauses may be used when they are utilized in the commercial open market even though these provisions and clauses may be from different parts of the FAR. For example: FAR Parts 12 and 13 provisions and clauses may be tailored by Part 36 (construction), Part 15 (Negotiation), Part 14 (Sealed Bidding), and etc. provisions and clauses when they're used in the open commercial market. QUOTES MUST BE SUBMITTED BY EMAIL (NO SPECIAL FORM IS REQUIRED) TO THE CO ON THE DATE SPECIFIED BELOW (NO OTHER FORM OF SUBMITTAL IS ALLOWED). READ THE ENTIRE DOCUMENT BEFORE YOU EMAIL ANY QUESTIONS TO THE CO (NO PHONE CALLS PLEASE). ONLY RELEVANT QUESTIONS THAT ARE NOT STATED IN THE BODY OF THIS DOCUMENT WILL BE ANSWERED. ALL SUBMITTED QUOTES MUST BE DETAILED ON WHAT YOU ARE BASING YOUR PRICE ON, IN OTHER WORDS, YOU WILL BE NON-RESPONSIVE IF YOU ONLY STATE A PRICE WITHOUT DESCRIBING WHAT AND HOW YOU ARE GOING TO DO THE JOB IN SUFFICIENT DETAIL TO ALLOW THE CO TO DETERMINE WHAT CONTRACTOR CAN PERFORM THE JOB THE BEST. ALSO, YOU MUST PROVIDE ENOUGH INFORMATION OR ADDRESS EVERY RELEVANT EVALUATION FACTOR TO ALLOW THE CO TO DETERMINE THE BEST VENDOR FOR THE JOB. Solicitation A12PS02552 is being issued as an RFQ. The solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 05-60. The quote, offer or bid must have or be the following, if applicable: 1.Quotes shall include company TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number (always applicable). 2.All applicable taxes and fees (i.e. TERO) must be included in the quote, offer or bid. 3.Milestones - vendors MUST discuss milestones if this synopsis/solicitation is for a service that will require a significant amount of time to accomplish. Milestones will track your progress with any services and will affect your ability to invoice when commercial services are being acquired. If the acquisition is for supplies and the supplies will be for multiple deliveries stretching over a significant amount of time you will also have to state milestones/delivery schedule, unless otherwise noted. 4.Page layout - no more than 10 pages will be accepted, the font size shall not be any smaller than 12, and the page margins shall not be any less than 0.5 on any side. 5.The quote, offer or bid MUST be good for 30 calendar days after close of solicitation. 6.Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination (if applicable). 7.New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty (if applicable). To find the link to the SOW or PWS please go to the bottom of this document and find the instructions. The instructions can be found near the "additional info." link. Description of the requirements: Line Item #1: Chain link fence - Please see SOW for requirements (you must follow the links described below). The estimated range will be from $25,000 to $150,000. Other terms and conditions: A site visit will not be scheduled. The SOW does contain contact info to make arraignments for a individual site visit. All quotes are due by the date specified below and no extension will be made to accommodate for a site visit. No bid bond is required. Preformance and paymnet bond may be required. Date(s) and place(s) of delivery and acceptance and FOB point: The San Simon Elementary School is located in Pima County, on the Tohono O'odham Indian Reservation approximately 75 miles south of the City of Casa Grande, Arizona, and is approximately 130 miles south of Phoenix, Arizona and 41 miles northwest of Sells, Arizona. Coordinates; Latitude: 32.186292 N., Longitude: 112.396853 W. Work must begin within 30 days post favorable background adjudication and a notice to proceed is forwarded to the contractor. The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications -- Commercial Items. The following contract clauses will apply to this solicitation and the contract that follows: 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; 52.209-10 Prohibition on Contracting with Inverted Domestic Corps; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy American Act- Supplies; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36 Payment by Third Part; 1452.226-70 Indian Preference. 1452.226-71 Indian Preference Program; 52.225-2 --Buy American Act Certificate (Feb 2009) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (b) Foreign End Products: Line Item No.:Country of Origin: Options: 52.217-5 -- Evaluation of Options; 52.217-6 -- Option for Increased Quantity; 52.217-8 -- Option to Extend Services. This is a purchase under the commercial items clause, FAR Part 12 clauses will be tailored with similar clause as contained in FAR Part 36 and Part 22 that are commercial used in the open market: 52.222-6 -- Davis-Bacon Act; 52.222-7 -- Withholding of Funds; 52.222-8 -- Payrolls and Basic Records; 52.222-9 -- Apprentices and Trainees; 52.222-10 -- Compliance with Copeland Act Requirements; 52.222-11 -- Subcontracts (Labor Standards); 52.222-12 -- Contract Termination - Debarment; 52.222-15 -- Certification of Eligibility; 52.236-2 -- Differing Site Conditions; 52.236-3 -- Site Investigation and Conditions Affecting the Work; 52.236-5 -- Material and Workmanship; 52.236-6 -- Superintendence by the Contractor; 52.236-7 -- Permits and Responsibilities; 52.236-8 -- Other Contracts; 52.236-9 -- Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements; 52.236-10 -- Operations and Storage Areas; 52.236-11 -- Use and Possession Prior to Completion; 52.236-12 -- Cleaning Up; 52.236-13 -- Accident Prevention; 52.236-14 -- Availability and Use of Utility Services; 52.222-13 -- Compliance with Davis-Bacon and Related Act Regulations; 52.222-14 -- Disputes Concerning Labor Standards. A wage determination has been done and the potential vendor can go to http://www.wdol.gov/dba.aspx and type in the following WD number to get the required data: WD AZ38. FENCE ERECTOR....................Rate $ 12.99 Fringe 0.00, LABORER: Common or General...... RATE $ 12.95 Fringe 0.00, LABORER: Landscape & Irrigation.......................RATE $ 10.22 Fringe 0.39. The Federal Acquisition Regulations clauses and provisions are available on the website at http://farsite.hill.af.mil/VFFARA.HTM. Conflict of Interest (COI): All quotes, proposals, or bids must disclose any conflict of interest with any known person(s) working for the program office (requesting agency) or contracting office that is connected with this procurement, has authority to influence contracting decision, or has any appearance of a potential COI. By responding to this request for quotes (RFQ) the vendor is making an affirmative statement that they can or have the following capabilities: adequate financial resources to perform the contract; able to deliver the items within the specified time limits; have a satisfactory performance record for these items or services; have the necessary organization and experience or the ability to obtain them to successfully perform the proposed purchase order; be otherwise qualified and eligible to receive an award under the applicable laws and regulations. Proof of all these items may be required and the vendor must submit evidence if asked to do so. Determination of responsibility shall always be an evaluation factor. All quotes are due on: 9/18/2012, by 3 P.M. Eastern time and shall be submitted by email (no faxes are allowed) to the contract specialist's email, ricky.mills@bia.gov. All questions MUST be asked by close of the business day via email (ricky.mills@bia.gov) 1 day(s) prior to solicitation closing. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: price, technical capability, and past performance. All interested parties MUST be registered in the System for Award Management (SAM). Contractor MUST have a current record in the Online Representations and Certifications Application (ORCA). If you are not registered with SAM, you may register online at http://www.sam.gov. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov. To get to the SOW and other documents follow the steps in the list below: 1.Click the link under the "additional info:" heading directly below; then 2.Click on the associated documents link; then 3.Click the document # link; then 4.Click on the "clause and attachments' link; then 5.Finally, look under the "view all line items" and click the document you want.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02552/listing.html)
 
Place of Performance
Address: San Simon Elementary School, Pima County, on the Tohono O'odham Indian Reservation.
Zip Code: 85634
 
Record
SN02876714-W 20120913/120912000336-d76d3a4698b5248c65d525cfb0aa841f (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.