Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
SOLICITATION NOTICE

54 -- This is a combined synopsis/solicitation: Fixed price, small business set-aside, for 135 each,Jersey Barriers, concrete, 12 feet by 32 inches, with florescent stripes and reflectors.

Notice Date
9/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Directorate of Contracting, Fort McCoy, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5000
 
ZIP Code
54656-5000
 
Solicitation Number
DAKF61-02-Q-0075
 
Point of Contact
Ginger Edgerton, 608-388-3109
 
E-Mail Address
Email your questions to Directorate of Contracting, Fort McCoy
(ginger.edgerton@emh2.mccoy.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This announcemen t constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. DAKF61-02-Q-0075 is issued as a Request for Quotation (RFQ) and is due by 0800, 24 Sep 02. The RFQ is a fixed price, small business set-asid e, with NAICS code 332322, Concrete forms, sheet metal, manufacturing , and the small business size standard is 500. Clin 0001 135 each Jersey Barriers with the following specifications: Concrete; Size, 12 feet by 32 inches; Color, 6 inch florescent o range stripe around top with 3 red/white 6 to 8 inch reflectors on both sides (that will withstand weather and usage). Destination pricing to Fort McCoy, WI. 54656. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://farsite.hill.af.mil/. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies (no addenda). FAR 52.212-5, Contract Terms and Conditions Requir ed To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Offortunity for Special Disabled V eterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietname Era, and Other Eligible Veterans; 52.222-19, Chil d Labor, Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.219-6, Notice of Total Small Business Set-Aside; 52.223-4, Recover ed Material Certification. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 25 2.225-7001, Buy American Act and Balance of Payments Program. Also included are the following DFARS Provisions and Clauses: 252.204-7004, Required Central Contractor Registration; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252. 225-7002, Qualifying Country Sources as Subcontractors. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror?s complete mailing and remittance addresses; discount terms; unit price s, extended total prices per CLIN; anticipated delivery time after award, DUNS number, and COMPLETED FAR 52.212-3 Alt I. Quotes and applicable literature must be received at DBS, CONTRACTING, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153 NO LATER THAN 0800 H RS (CST) 24 SEP 2002. Person to contact for additional information regarding the RFQ is Ginger Edgerton, Contract Specialist, (608)388-3109, fax (608)388-7080, ginger.edgerton@emh2.mccoy.army.mil.
 
Place of Performance
Address: Directorate of Contracting, Fort McCoy Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5000
Country: US
 
Record
SN00169329-W 20020919/020917213726 (fbodaily.com)
 
Source
FedBizOpps.gov 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.