Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
MODIFICATION

20 -- JRRF - Procurement of Buoys - Amendment 2

Notice Date
8/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA92Q140034
 
Archive Date
9/9/2014
 
Point of Contact
Erika F. Matthews, Phone: 7573225804
 
E-Mail Address
erika.matthews@dot.gov
(erika.matthews@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0002 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; price quotes are being requested and a written Request for Quotation (RFQ) will be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75, effective May 30, 2014. NAICS code 423840 applies. This is a small business set-aside. The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a firm fixed price purchase order for the procurement of twenty two (22) cylindrical buoys with 14" plates for use on the plate anchor system at the James River Reserve Fleet in Newport News, VA. Buoys must be constructed of single skin polyethylene, filled with polystyrene (Styrofoam) and able to withstand all types of weather. Buoys are to be 48" diameter and 62" height with a weight of 180-190 pounds, and buoyancy weight of 2400-2500 pounds. A commercial equivalency would be Saeplast Model ACB1100. See Attached Request for Quotation. The requested Delivery Date is no later than six (6) weeks after award. Delivery Location: James River Reserve Fleet Fort Eustis Army Post End of Harrison Road, Building 2606 Newport News, VA 23604 This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following Internet address: Federal Acquisition Regulations (52.) https://acquisition.gov/far/current/html/FARTOCP52.html 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instructions to Offerors-Commercial Items (JUL 2013) 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2013) 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; within FAR Clause 521112-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation: (NOV 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 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) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (May 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) INVOICE SUBMISSION INSTRUCTIONS - MARAD The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. (1) Electronic invoices shall be addressed to MARADInvoices@faa.gov, with copy to MARADSARInvoices@dot.gov. Electronic invoices shall conform to the following criteria, or be subject to rejection: a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format. b. The e-mail subject shall include the contract/purchase order number and invoice number. c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #) (2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required. MARAD A/P SAR Invoices Branch AMZ-160 PO Box 25710 Oklahoma City, OK 73125 If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box: MARAD A/P SAR Invoices Branch AMZ-160 6500 S MacArthur Blvd. Oklahoma City, OK 73169 RESPONSIBLE SOURCES SHALL PROVIDE THE FOLLOWING: - Signed SF-1449 and any subsequent Amendments - Prompt Payment Terms - Remittance address, Tax Identification Number, DUNS number All Potential Offerors are required to be a registered vendor in the System for Award Management Maintenance (SAM); formerly Central Contractor Register (CCR). Responses to this solicitation are due Monday, August 25, 2014 at 2:00 p.m. EST. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. All Quotes are to be e-mailed to Erika.Matthews@dot.gov. No faxed quotes will be accepted. Please reference the solicitation number on your quote. BASIS FOR AWARD Award will be made to the responsible acceptable offeror, whose quote is conforming to the solicitation requirements, and offers the lowest evaluated price. ATTENTION: Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169 or e-mail stlpinfo@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA92Q140034/listing.html)
 
Place of Performance
Address: James River Reserve Fleet, Fort Eustis Army Post, End of Harrison Road, Building 2606, Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN03472728-W 20140822/140820235753-1fe610c64c445176c666da3c0500e02b (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.