Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
SOLICITATION NOTICE

61 -- 35ft Class 3 Steel Utility Distribution Poles - Rivnut Locations

Notice Date
1/31/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-18-T-Distribution_Poles
 
Point of Contact
Stanley L. Bolton, Phone: 3097820952, Sheila Peters, Phone: 3097820703
 
E-Mail Address
stanley.l.bolton2.civ@mail.mil, sheila.k.peters2.civ@mail.mil
(stanley.l.bolton2.civ@mail.mil, sheila.k.peters2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Rivnut Locations 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 formal solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR 13.5, Simplified Procedures for Certain Commercial Items; the solicitation number is W52P1J-18-T-Distribution_Poles. The North American Industry Classification System (NAICS) Code for this procurement is 332312; the small business size standard is 500 employees. Vendors providing quotations must be registered within the System of Award Management (SAM) database in order to receive a contract award. The website for SAM is https://www.sam.gov/. Description of Requirement: This solicitation is issued for the following items: Quantity: 25 each Class and Length: Class 3 and 35 feet Bearing Attachment: POSI Ground Grounding: Standard location (2ft above ground line, 2ft below pole top Standard 0.50< Insert (i.e. rivnut) Below Ground Protection: Full Embedment Climbing: None Grounding Hole Location: (Rivnut) Type of Acquisition and Contract: This acquisition is issued as a Total Small Business Set-aside. The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm-Fixed-Price Contract. Delivery and Location: The delivery is no later than 90 days after receipt of order (ARO). Early delivery is allowable at no additional cost to the government. Delivery shall be FOB Destination To: McAlester Army Ammunition Plant 1 C Tree Road McAlester, OK 74501, US Quote submission requirements: The following shall be submitted in response to this solicitation: (1) Vendors must provide a Quote (Price) for the 25 each 35 feet Steel Utility Distribution poles including a detailed price list for all items provided and delivery cost (signed by authorized representative). (2) Company name, CAGE code, and DUNS number (3) Point of Contact (POC) (Name/Title/phone number/mailing & email address) (4) Documentation identifying company ability to comply with all specifications listed above. (5) Product literature detailing the specifications of the offered item, sufficient to demonstrate compliance with the salient characteristics listed above (specifically photos and/or diagrams of the loops). Listing of attachments: Attachment 0001, Rivnut positions Basis for Award: In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. In accordance with FAR 12.602, streamlined evaluation procedures will be utilized for this procurement and are as follows: Award will be made to the vendor that meets all the specifications required under this solicitation and price. Award will be made on a firm-fixed-price basis. The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulations Supplements (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at https://farsite.hill.af.mil): Clauses: FAR 52.203-3, Gratuities FAR 52.204-7, System of Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-6, Protecting the Government's interest when subcontracting with contractors debarred, suspended, or proposed for debarment. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representation and Certifications Commercial Items 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; within FAR 52.212-5, the following optional clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-8, Duty Free Entry FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. (End) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.232-40, Providing Accelerated Payments to Small Business Sub-contractors FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes Fixed Price FAR 52.246-2, Inspection of Supplies-Fixed Price FAR 52.247-34, F.O.B. Destination FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation support DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.211-7008, Use of Government assigned Serial Numbers DFARS 252.215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payment Program DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial items DFARS 252.247-7022, Representation of Extent of transportation by Sea DFARS 252.247-7023, Transportation of Supplies by Sea The following additional information apply: MCAAP Site Specific Information: CONFORMANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEM - FOR WORK PERFORMED AT MCALESTER ARMY AMMUNITION PLANT The Contractor shall perform work under this contract consistent with all applicable federal, state, local requirements and with the relevant policy and objectives identified in McAlester Army Ammunition Plant's (MCAAP's) environmental management system (EMS) located at http:www.mcaap.army.mil. The Contractor shall perform work in a manner that conforms to all applicable Environmental Management Programs and Operational Controls identified by the MCAAP EMS, and provide monitoring and measurement information as necessary for the organization to address environmental performance relative to MCAAP's EMS objectives and goals. In the event an environmental nonconformance or noncompliance associated with the contracted services is identified, the Contractor shall take corrective and/or preventative actions. In the case of a noncompliance, the Contractor shall respond and take corrective action immediately. In violations caused by Contractor negligence, the Contractor shall reimburse the Government for the amount of that fine and all associated costs. The Contractor shall also provide cleanup of any spills, including oil, that result from the Contractor's operations and report spills to MCAAP's Environmental Management Office. In the case of a nonconformance, the Contractor shall respond and take corrective action based on the time schedule established by the Environmental Management Office and approved by the Contracting Officer. In addition, the Contractor shall ensure that their employees are aware of the roles and responsibilities identified by the EMS and how these requirements affect their work performed under this contract. Prior to commencing work, all on-site Contractors shall provide documentation to the Contracting Officer that any required EPA sponsored environmental training specified for the type of work conducted has been obtained. Upon contract award, and during performance of the contract, the Contracting Officer's Representative will provide or arrange EMS training for appropriate Contractor staff. PROHIBITED WITHIN GENERAL CONFINES OF INSTALLATION The following are prohibited within the general confines of the McAlester Army Ammunition Plant at any time: (a) Firearms/dangerous weapons (b) Drugs/intoxicants (c) Binoculars, cameras, camera equipment, cell phones and PDAs with camera capability (unless authorized by the Security Officer) (d) Matches, lighters or other fire flame or spark producing devices in designated areas (e) Gas cans/flammable material storage containers (unless approved by MCAAP Fire Department) (f) Fireworks without the Commander's approval (g) Smoking in all buildings, when handling flammable and hazardous materials, in railroad cars, trucks and vans, on warehouse docks and platforms, in open storage containing combustibles, within 50 feet of a gasoline refueling storage or drainage area, where posted signs prohibit smoking. SECURITY REQUIREMENTS - BADGING (a) Any foreign nationals without a green card will not be allowed entrance to the installation. Those individuals with a green card must be escorted within the restricted area at all times (b) Contractors by virtue of contract award will be given access privileges to McAlester AAP. Contractors/Sub-Contractors are required to provide security at McAlester AAP a letter of introduction for company personnel by providing the following: 1) Name; 2) Physical Address (including city and state); 3) Date of Birth; 4) Place of Birth; and 5) Whether or not they are a U.S. Citizen on company letterhead. Information shall be provided to McAlester AAP, Security Division, Attn: Ms. Traci Howard, McAlester, OK 74501 or faxed to 918-420-7379. (Applies to contracts that require access to restricted areas) (c) Each member of the Contractor's work force shall be individually badged at the Security Office in Building 31. The badge shall be retained and worn by the Contractor's employees throughout the contract period. (Applies to contracts that require access to restricted areas) (d) Contractor is responsible for the turn-in of all security badges, including sub-contractors badges, daily and upon completion of the contract or termination of individual employees. (Applies to contracts that require access to restricted areas) (e) Report lost badges to the Security Office and the KO as soon as the loss is discovered. (Applies to contracts that require access to restricted areas) (f) Be prepared to produce security badges each time entering a security area. Temporary badges for any individual who may have forgotten his/her badge can be obtained from the Security Office. (Applies to contracts that require access in restricted areas). SECURITY REQUIREMENTS - VEHICLES (1) TRAFFIC ENFORCEMENT: (a) McAlester AAP traffic laws are enforced by the Law Enforcement and Security Division using Oklahoma state codes. All roads/streets have speed limit signs posted; (b) Traffic violations are adjudicated by the U.S. Magistrate located at McAlester AAP. Court appearances may be requested or mandatory; and (c) Radar is used to enforce traffic speed limits. (2) INSURANCE: All vehicles entering the installation must possess the minimum insurance as required by the State of Oklahoma. (3) VEHICLES: (a) Vehicles entering McAlester AAP, whether Contractor-owned or privately owned, shall undergo inspections and may be issued a pass if entering a restricted area. Vehicle permits for restricted areas will be issued for up to 45 days maximum. Each vehicle will be required to carry a fire extinguisher at all times; (b) Company or privately-owned vehicles, when parked, must have ignition keys removed. After duty hours, vehicles left on the installation will be parked outside restricted areas unless otherwise stipulated in the contract. Vehicles or equipment remaining inside restricted areas will be properly secured or immobilized; and (c) Contractor is solely responsible for the removal of incapacitated vehicles or equipment from restricted areas. (d) All vehicles shall be parked at least 20 meters from all buildings unless unloading or loading; and (e) the contractor can expect to be inspected at one or all of the two manned gates. The contractor should expect five to ten minute delays at each gate. In addition, to get to some of the remote areas, the contractor should expect at least a 15-minute delay both in and out to allow security to open necessary gates. (4) RESTRICTED AREAS: Any contractor personnel granted access into restricted areas will be subject to vehicle search upon entering or leaving these areas possibility resulting in some delay. Any non-US contractor personnel granted access into restricted areas will at all times be escorted by US contractor personnel who have been properly badged and granted access. (Applies to contracts that require work in restricted areas) RECEIVING OFFICE REQUIREMENT - MCAAP At the McAlester Army Ammunition Plant truck shipments are accepted at Warehouse 8, Receiving Office, Monday through Thursday (except holidays) from 6:30 A.M. until 3:00 P.M. only. All shipments and deliveries must be at the main gate (truck gate) on or before 3:00 P.M. No shipments will be accepted after 3:00 P.M. unless prior arrangements have been made. Any deliveries for Thursday afternoons during the months of May and June SHALL BE scheduled in advance by calling 918-420-6695 to verify that deliveries are being accepted that day. To gain entry to the installation for shipment/delivery, delivery drivers shall have a valid driver's license, residency status documentation (green card) if foreign national, and NO outstanding criminal history. Any other occupants of the delivery vehicle must also meet these requirements. No shipments will be accepted on government holidays. PACKING LIST To expedite your payment, all shipments under this order shall be accompanied with packing lists or delivery tickets which shall contain the following information: A. Name of supplier B. Purchase order number, CLIN, and purchase request number C. Date of order D. Itemized list of supplies to include noun name, part number, quantity and unit of issue. MARKING INSTRUCTIONS Mark all correspondence, parcels, packing slips, and invoices with the purchase order number W52P1J- and with the purchase requisition number (see schedule) to ensure prompt and complete payment. HOURS OF OPERATION - MCAAP Normal work hours are Monday through Thursday 6:30 A.M. until 5 P.M. Contractors will not be permitted to work on Fridays, Saturdays, Sundays, or legal holidays for any reason, unless otherwise approved by the Contracting Officer. The following legal holidays will be observed: January 1st 3rd Monday of January 3rd Monday of February Last Monday of May July 4th 1st Monday of September 2nd Monday of October November 11th 4th Thursday of November December 25th When one of the designated holidays falls on a Friday or Saturday, holiday will be observed on Thursday. If the holiday falls on a Sunday, holiday will be observed on the following Monday.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36af0d714ed3e18ca6c98171341e6358)
 
Place of Performance
Address: McAlester Army Ammunition Plant (MCAAP), McAlester, Oklahoma, 74501, United States
Zip Code: 74501
 
Record
SN04805294-W 20180202/180131231129-36af0d714ed3e18ca6c98171341e6358 (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.