SOLICITATION NOTICE
95 -- Steel Armor Plate MIL A 12560 CLASS 1, 40MM (1.57) X 96 Inches X 96 Inches
- Notice Date
- 1/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331110
— Iron and Steel Mills and Ferroalloy Manufacturing
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-13-T-0104
- Response Due
- 1/15/2013
- Archive Date
- 3/10/2013
- Point of Contact
- James Myers, 928-328-2693
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(james.a.myers12.civ@mail.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. Combined Synopsis Solicitation - Steel Armor Plate Response Date: 15 January 2013 at 12:00 (Noon) PM MST Solicitation No: W9124R-13-T-0104 This is 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. This 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 Federal Acquisition Circular Fac 2005-62, Effective 20 Dec 2012 and Defense Federal Regulation Supplement (DFARS), current to DPN 20121212 (Effective 31 Dec 2012) Edition. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. This solicitation is being issued as a Request for Quotations (RFQ) under Solicitation Number W9124R-13-T-0104, which will result in a single-award, firm fixed price contract. This action is being solicited as a 100% small business set aside. The North American Industry Classification System (NAICS) code is 331110 - Iron and Steel Mills, with a size standard of 1,000 employees. Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, and must have a delivery date no later than 8 March 2013. If the delivery date cannot be met, the quote will be deemed unacceptable and will not be considered for award. Tradeoffs are not permitted. Award will be made on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award. An offeror must include a delivery date of no later than 8 March 2013 or before in order to be considered in compliance with the requirements in the solicitation. In addition, all technical questions concerning this requirement must be e-mailed to the Point of Contact below no later than close of business 10 January 2013. The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for the following: CLIN 0001: Quantity of 4 Each STEEL ARMOR PLATE, 40MM (1.57) X 96 quote mark X 96 quote mark MIL A 12560 CLASS 1 with steel certification documentation. All quotes shall include transportation costs to USAYPG Yuma, Arizona 85365-9498 and be clearly marked with solicitation number W9124R-13-T-0104 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6849. Arizona vendors are to include Arizona Privilege Tax. All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of the contract. SAM has replaced the Central Contractor Registration (CCR.) Information to register in SAM can be found at https://www.acquisition.gov. This RFQ closes on 15 January 2013 at 12:00 (Noon) PM Mountain Standard Time (MST). Responses to the RFQ shall be submitted to the POC listed below by the closing date and time. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and e-mail address; (3) A completed copy of both FAR 52.212-3 Representations and Certifications Alt I, DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate and 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (4) price (both unit price and total price) to include any applicable freight; (5) Acknowledgement of any amendments to the RFP. Offerors that fail to furnish the required representations or 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 provision 52.212-1, Instructions to Offerors of Commercial Items (Feb 2012). NOTE: In order to complete the Representations and Certifications for the following referenced provisions, you must go to the Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the referenced clauses, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Dec 2012) with Alternate I (Apr 2011) and DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate. An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. The following FAR Clauses and Provisions apply to this acquisition: 52.212-1Instructions to Offerors -- Commercial Items (Feb 2012) 52.212-3Offeror Representations and Certifications -- Commercial Items (Dec 2012) 52.212-4Contract Terms and Conditions -- Commercial Items (Feb 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2012) Specific clauses cited in FAR 52.212-5 are incorporated by reference and apply to this acquisition: 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10Prohibition on Contracting With Inverted Domestic Corporations (May 2012) 52.219-6Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Apr 2012) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21Prohibition of Segregated Facilities (Feb 1999) 52.222-26Equal Opportunity (Mar 2007) 52.222-36Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) FAR Provisions and Clauses added by addendum: 52.247-34 FOB Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS Provisions and Clauses: 252.203-7005Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.211-7003Item Identification and Valuation (Jun 2011) 252.212-7000Offeror Representations and Certifications-Commercial Items (Jun 2005) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2012) 252.223-7008Prohibition of Hexavalent Chromium (May 2011) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000Requirements Relating to Compensation of former DOD Officials (Sep 2011) 252.225-7001Buy American Act - Balance of Payments Program (Dec 2012) 252.232-7003Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.247-7023Transportation of Supplies by Sea (May 2002), Alt III (May 2002) DFARS clause added by addendum: ----------------------------------------------------------------------------------------------------------------------- 252.209-7999Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-00004)(Dec 2011) Fill in the Following: (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/99197de8e9fd738cf075537d4a93c196)
- Place of Performance
- Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 5 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02962484-W 20130111/130109234652-99197de8e9fd738cf075537d4a93c196 (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 |