Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2004 FBO #0844
SOLICITATION NOTICE

V -- TRANSPORTATION SERVICES

Notice Date
3/17/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-04-00073
 
Response Due
3/26/2004
 
Archive Date
4/26/2004
 
Point of Contact
Point of Contact, Joshua Bowers, Purchasing Agent, Phone (513) 487-2104
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(bowers.joshua@epa.gov)
 
Description
NAICS Code: 484121 This is a combined synopsis/request for quotation 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; quotations are being requested and a written solicitation will not be issued. Solicitation number RFQ-OH-04-00073 is issued as a Request for Quotation. This solicitation is a 100 per cent small business set-aside. The NAICS code is 484121, the size standard of which is $21.5 million dollars. The contractor shall ship 380 tons of iron metal aggregate in trucks provided by the contractor from DETROIT, MI (zip code: 48209) to EAST HELENA, MT (zip code: 59634) between April 19, 2004 and April 30, 2004. The iron shall be shipped in 17 truck loads. Each truck shall carry 45,000 pounds of iron. The iron will be packaged in heavy duty bags weighing 3,000 pounds each. There will be one bag per pallet, and 15 pallets per truck load. The maximum amount of iron that can be loaded in a single day is 135,000 pounds, or three truckloads. The iron will be supplied by a contractor under a separate EPA Contract. This contractor (herein after "iron supplier") shall load each truck between the hours of 8:00 AM and 3:00 PM EST, Monday through Friday. Upon completion of the loading of each truck by the iron supplier, the contractor shall ensure the iron is secure for transport and protected from inclement weather. The contractor shall be informed of the pick-up address at the time of purchase order award. Each truck shall be delivered to a site to be determined in East Helena, MT within 72 hours after each truck has been loaded with the iron. The contractor shall be informed in the purchase order of the exact delivery address at the time of purchase order award. The GOVERNMENT will unload each truck between the hours of 9:00 AM and 5:00 PM MDT, Monday through Friday. The maximum amount of iron that can be unloaded in a single day is 135,000 pounds, or three truckloads. The contractor is responsible for any damage to the iron and/or loss of iron while in transit. The contractor shall provide the Project Officer, the Contract Specialist, and the representative at the iron metal aggregate supplier, with a pick-up/delivery schedule by April 12, 2004. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1)Technical acceptability of the item offered to meet the Government's requirement and (2) price. Technical acceptability shall be evaluated on a pass or fail basis. Quoters shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Verterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Untion Country End Products; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Quoters shall submit their quotations no later than FRIDAY, MARCH 26, 2004 at 3:00 PM EST to Mr. Joshua Bowers via e-mail at bowers.joshua@epa.gov, or via regular mail: U.S. EPA, Cincinnati Procurement Operations Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Faxed quotations are acceptable and may be sent to (513)487-2109. Questions or comments may be directed to Joshua Bowers at (513-487-2104) or via e-mail at bowers.joshua@epa.gov.
 
Record
SN00548268-W 20040319/040317223631 (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  © 1994-2020, Loren Data Corp.