Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

54 -- Target Emplacements: precast concrete

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA05T0047
 
Response Due
7/26/2005
 
Archive Date
9/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 annou ncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-05-T-0047 is issued as a Request for Quotation (RFQ) and is due by 26 July 2005. The RFQ is a fixed price contract for delivery 9 September 2005. This is a small business set-aside, with NAICS code 327390, and the small business size standard is 500 employees. This requirement is to furnish the following: The Fort McCoy Directorate of Training and Mobilization Services has need fo r a contractor to furnish: 1. Ten (10) each target emplacements, pre-cast concrete, stationary armor target emplacements for Ranges 2 and 34. 2. Sixteen (16) each Target Double Pod Bases, pre-cast concrete, stationary infantry target pits, double wide,24  x 54 x 126 center walls tapered 5.5 at top and 6.5 at bottom (1-inch taper) and all walls sloped, double pod base for Ranges 2 and 4. Quote pricing FOB Fort McCoy. Request specification and size drawings via email by contacting lois.ames@emh2.mccoy.a rmy.mil. Use W911SA-05-T-0047 on subject line when requesting the drawings and provide your name and phone number. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The ful l 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 Repre sentations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercia l Items applies with the following applicable clauses in paragraph (b): 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Faci lities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disa bled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 252.212-7001 Contract Terms and Con ditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea (Alt III). In accordance with FAR 39.106, the contractor shall ensure the offered product and all inf ormation 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 INFOR MATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number and Tax Identification Number. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronicall y at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain informa tion on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Whether your company is a current or new registrant in the CCR database, your registration must indicate that yo u are a provider of NAICS 327390 under the Goods  Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calli ng 800-333-0505.) Quotes must be received at ACA Contracting, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153, 26 July 2005, 1430 hrs. If you have questions, contact Lois Ames, Contract Specialist, (608) 388-2500, fax (608) 388-5950, lois.ames@emh2.mccoy.army .mil.
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN00846365-W 20050715/050713212327 (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.