Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 17, 2001 PSA #2768
SOLICITATIONS

E -- AGRICULTURAL BUNKER SILO

Notice Date
January 12, 2001
Contracting Office
USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350
ZIP Code
20705-2350
Solicitation Number
silo1201010
Response Due
January 31, 2001
Point of Contact
T.C. Mitchell (301) 504-8484
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLY CLASS CODE: E-PURCHASE OF STRUCTURE OFFADD: USDA, ARS, FMOD, BA, Purchasing Section, 10300 Baltimore Ave. Bldg 003, rm. 321, Beltsville, Maryland 20705-2350 SUBJECT: E-AGRICULTURAL BUNKER SILO SOL: SILO1201010 DUE: 01-31-01 This is a combined synopsis/solicitation for commercial product prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number SILO1201010 is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-20. The NAICS code is 2357 with a small business standard of $11.5 million. This acquisition will be procured as 100% small business set-aside. Delivery is required on or about March 12, 2001 or within 30 days after award. Delivery is FOB destination to USDA, ARS, Dairy, Bldg. 177C Powdermill Rd. East, Beltsville, Maryland 20705-2350. Quotes and questions must be in writing and should be faxed to 301/504-0333 or mailed to USDA Purchasing Section, T.C. Mitchell, 10300 Baltimore Ave, Bldg 003 Rm. 321, Beltsville, MD 20705 (reference solicitation number on all faxes and mailings). Quotes are due January 31, 2001 by 3pm either by mail to purchasing section address above or by fax to (301) 504-0333. Anticipated award date is February 6, 2001. All questions are due in writing by January 19, 2001 by 3pm either by mail to address above or by fax. The proposed contract will include: Deliver and set in place "Precast Concrete Wall Panels" to construct two bunker silos to be used to store feed (silage) for the USDA, ARS, Dairy herd. The contractor will: a. deliver precast sections to Beltsville, MD and provide labor and equipment to unload and set precast panels in correct alignment to form dimensions as noted. b.Site 1 silo consist of two divider walls to form three silos with a minimum inside dimension of 125' (plus or minus 2.5') in length and a minimum inside width of 16', 20' and 26' (plus or minus 1'). c. Site 2 silo consists of one divider wall with each silo having a minimum inside dimension of 16' (plus or minus 1') in width and a depth of 50' (plus or minus 2.5'). d. Typical precast wall panel will be a minimum of 81/2' in height. Maximum height is 9'. e. Contractor will provide materials and labor to attach panels together to ensure panels are air tight. f. Materials and specifications to be approved by USDA-NRCS (State of Maryland) Standard 313. Standard 313 is available for review upon your written request to fax (301) 504-0333. g. USDA, ARS will provide materials and labor for grading and final site preparation to include 6" of curshed stone and a 2" sand layer as directed by NRCS. h. USDA, ARS, will provide labor and back fill material to support exterior walls after panels are in place. i. Panels are to be delivered and set in place not earlier than 15 days of award and not later than 30 days after award. Vendor must notify USDA 72 hours prior to delivery. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. Any interested qualified source who believes they can provide the required items must respond by January 31, 2001 by 3pm with their written quote via mail to address above or via fax. Questions are due in writing only NLT January 19, 2001 by 3pm via fax (301) 504-0333. The following FAR clauses and provisions apply: FAR 52.212.1, Instruction to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Award to a technical acceptable offeror, at a fair and resonable price; 52-212-3, Offeror Representations and Certifications-Commercial Items, and 52-212-4 Contract Terms and Conditions -- Commercial items. the following FAR clauses in paragraph (b) of FAR 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, will apply to the resultant contract: 52-222-26, 52-222-35, 52-222-36, 52-222-37. All offerors must include a completed copy of FAR 52-212-3 with your faxed quote.
Record
Loren Data Corp. 20010117/ESOL001.HTM (W-012 SN50A8G4)

E - Purchase of Structures and Facilities Index  |  Issue Index |
Created on January 12, 2001 by Loren Data Corp. -- info@ld.com