SOLICITATION NOTICE
56 -- Supply & Installation of a High Tensile Wire Fence - Package #1
- Notice Date
- 8/11/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P916Q1008
- Archive Date
- 9/17/2016
- Point of Contact
- Jennifer D. Torrence, Phone: 5737354097
- E-Mail Address
-
Jennifer.D.Torrence@usace.army.mil
(Jennifer.D.Torrence@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Appendix D Appendix C Appendix B Appendix A 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is W912P9-16-Q-1008 and is hereby issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 dated 14 Jul 2016.This requirement is being solicited as small business set-aside competition. The North American Industry Classification System Code (NAICS) is 238990, Fence Installation with a Small Business Size Standard of 1000 employees. The basis of award will be Lowest Priced Offeror meeting the technical specifications. Offerors shall quote on all items to be eligible for award and provide the quote on company letterhead. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation. Please indicate whether or not you accept payment by credit card. The following is the list of items and descriptions requested under this RFQ: CLIN Number Quantity Unit Unit Price Total Amount CLIN 0001 Supply corner post minimum (8" x 8') composed of Chromate Copper Arsenate (CCA) pressure treated wood or approved equivalent 25 EA $ $ CLIN 0002 Supply line post minimum (5"x7') composed of Chromate Copper Arsenate (CCA) pressure treated wood or approved equivalent 100 EA $ $ CLIN 0003 Supply span post minimum (4" x8') composed of Chromate Copper Arsenate (CCA) pressure treated wood or approved equivalent 70 EA $ $ CLIN 0004 Supply studded t-post high strength rail steel, a minimum of 1.25 pounds per foot, secured large stream line anchor plate, protected with a layer of enamel paint and minimum length of 7' (seven) feet or approved equivalent. T-Post placement shall not exceed an interval of 20 feet. 275 EA $ $ CLIN 0005 Supply steel post fasteners manufactured metal clips, 11-1/2 gauge wire that is heavily galvanized Alternate connection systems must be approved. 800 EA $ $ CLIN 0006 Supply 1-1/2 inch wood staples, shank slash point and galvanizes or approved equivalent. 40 LBS $ $ CLIN 0007 In-line strainer/tension spring galvanized 100 EA $ $ CLIN 0008 Supply smooth fencing wire, Class III, galvanized coated, 12.5 gauge or larger, meeting or exceeding ASTM standards A-116 and A-641. 18000 FT $ $ CLIN 0009 Supply brace wire, Class I - galvanized smooth wire of nine (9) gauge. 1000 FT $ $ CLIN 0010 Supply concrete 3000 psi(ASTM C 387) 80lb/bag 550 EA $ $ CLIN 0011 Supply rebar 1/2" x 10' 15 EA $ $ CLIN 0012 Work shall consist of supply, delivery, and installation in accordance with industry standard approximately 5,532 linear feet of three strand, Class III galvanized high-tensile smooth wire fence with six entry points with contractor furnished material, equipment, and labor located in the Frank Russell Recreation Area at Mark Twain Lake, Ralls County, MO. The finished height of the fence shall be 48 inches from ground level to the top strand. Reference appendices for typical installation methods. 1 JB $ $ TOTAL OF ALL CLINS $ FOB Destination (U.S. Army Corps of Engineers, Mark Twain Lake Project Office, 20642 Highway J, Monroe City, Missouri 63456). The successful bidder shall have 40 work days from the date of award complete the fence. Work shall be conducted during the business hours of 7:00 a.m. - 3:30 p.m., Monday thru Friday. Technical questions shall be directed to Shelly Howald at (573) 735-4097. A site visit is scheduled on August 25, 2016 at 10:00 am at the Mark Twain Lake Project Office. The following provisions apply to this RFQ: FAR 52.212-1 Instructions to Offerors - Commercial and FAR 52.212-3, Offeror Representations and Certifications- Commercial Items. Note: 52.212-3 shall be completed in the offerors System for Award Management (SAM) record. All interested parties MUST be registered in SAM in order to receive a contract award. If you are not registered with SAM, you may contact the SAM Help Desk at 1-866-606-8220 or register on-line at http://www.sam.gov. The following clauses apply to this RFQ and resulting contract: FAR 52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, FAR 52.223-10 - Waste Reduction Program, FAR 52.223-11 - Ozone-Depleting Substances, FAR 52.212-4 - Contract Terms and Conditions-Commercial Items, FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52.223-15 - Energy Efficiency in Energy- Consuming Products, 52.232-39 - Unenforceability of Unauthorized Obligations, 52.233-4 - Applicable Law for Breach of Contract Claim; DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials, 252.203-7005 - Representation Relating to Compensation of Former DoD Officials, 252.204-7004 - Alternate A, System for Award, Agency Office of the Inspector General, 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information, 252.211-7003 - Item Unique Identification and Valuation, 252.213-7000 - Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System -Statistical Reporting in Past Performance Evaluations, 252.225-7001 - Buy American and Balance of Payments Program, 252.225-7036 - Buy American-Free Trade Agreements-Balance of Payments Program, 252.232-7003 - Electronic Submission of Payment Requests, 252.247-7024 -, Notification of Transportation of Supplies by Sea Quotes are to be received electronically no later than 1600 hours Central Time on Friday, September 2, 2016. (Your E-mail submission must be checked and determined to be "virus-free" prior to submission). The Government requires your quote remain valid for 120 calendar days from date of submission Quotes, and any questions regarding this synopsis/solicitation, shall be submitted by e-mail to Ms. Jennifer Torrence, at Jennifer.D.Torrence@usace.army.mil or telephone number (573) 735-4097.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b3367e35459808cc509623388377e294)
- Place of Performance
- Address: US Army Corps of Engineers, Mark Twain Lake Project Office, 20642 Highway J, Monroe City, Missouri, 63456, United States
- Zip Code: 63456
- Zip Code: 63456
- Record
- SN04219701-W 20160813/160811235023-b3367e35459808cc509623388377e294 (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 |