Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
SOLICITATION NOTICE

95 -- Steel Platforms and Weights

Notice Date
6/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331210 — Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
 
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-14-T-0144
 
Response Due
6/25/2014
 
Archive Date
8/17/2014
 
Point of Contact
Curtis Arthur II, 928-328-2978
 
E-Mail Address
MICC Center - Yuma Proving Ground
(curtis.arthur@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 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) 2005-74, Effective 30 May 2014 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20140528 (Effective 28 May 2014) Edition. This contract will be awarded as a Firm Fixed Price (FFP) award. Award will be made on a Lowest Price/Technically Acceptable (LPTA) basis. Payment will be made through Wide Area Work Flow (WAWF). This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 331210 with a size standard of 1,000 employees. All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM. The quotation shall consist of the following Contract Line Item Numbers (CLINs): CLIN 0001, Quantity: 2, Unit of Issue: Each, Description: 28 Foot Steel Platform, Color: Dark Blue. Please see the salient characteristics that are identified in Attachment 1. CLIN 0002, Quantity: 1, Unit of Issue: Each, Description: 16 Foot Steel Platform, Color: Dark Blue. Please see the salient characteristics that are identified in Attachment 1. CLIN 0003, Quantity: 15, Unit of Issue: Each, Description: 700 Pound Steel Tub Weights, Color: Dark Blue. Please see the salient characteristics that are identified in Attachment 1. Shipping and taxes (if applicable) shall be incorporated into your proposed price. Delivery shall be made to United States Army Yuma Proving Ground (USAYPG), AZ 85365-9498 with FOB Destination. Interested persons may identify their interest and capability to respond to the requirements or submit proposals. All quotes are due by 25 June 2014 12:00 PM Noon MST. All inquiries shall be clearly marked with solicitation W9124R-14-T-0144 and sent by email or by facsimile to 928-328-6849. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; and (5) Acknowledgment of Solicitation Amendments. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The following FAR Clauses and Provisions apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2014) 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2014) 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) Specific clauses cited in FAR 52.212-5 are incorporated by reference and apply to this acquisition: 52.222-50 Combat Trafficking in Persons (Feb 2009) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014) 52.222-21Prohibition of Segregated Facilities (Feb 1999) 52.222-26Equal Opportunity (Mar 2007) 52.222-35Equal Opportunity for Veterans (Sep 2010) 52.222-36Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37Employment Reports on Veterans (Sep 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-System for Award Management (Jul 2013) DFARS Provisions and Clauses: 252.203-7005Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.211-7003Item Identification and Valuation (Dec 2013) 252.223-7008Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jan 2014) 252.232-7010 Levies on Contract Payments (Dec 2006) 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) 252.244-7000Subcontracts for Commercial Items (Jun 2013) 252.247-7023Transportation of Supplies by Sea (Apr 2014) MICC Local clauses Incorporated by Full Text: 5152.233-4000, HQ AMC Level Protest Program (Sep 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a9db094a3c0b92092350b115028caaab)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN03399293-W 20140620/140619022212-a9db094a3c0b92092350b115028caaab (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.