Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
MODIFICATION

56 -- Modification to set aside. Requirement is now set aside for SDVOSB.

Notice Date
9/19/2006
 
Notice Type
Modification
 
NAICS
327331 — Concrete Block and Brick Manufacturing
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J06T0136
 
Response Due
9/22/2006
 
Archive Date
11/21/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement consititutes the only solicitation; proposals are being re quested and a written soliciation will not be issued. Solicitation number is W9124J-06-T-0136 and is issued as a Request for Quote (RFQ). This acquisition is set-aside 100% for service disabled veteran owned small business (SDVOSB). The NAICS Code is 32 7331. The small business size standard is 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. The following provisions apply to this acquisition: FAR 52.212-1, I nstructions to Offerors-Commercial, with addenda: paragraph (c) change 30 calendar days to 60 calendar days and paragraphs (h) and (i) of this provision do not apply.; FAR 52.212-2, Evaluation-Commercial Items, with the following addenda: paragraph (a) is filled in with (1) technical capability of the item offered to meet all the Governments item description requirements listed below; and (2) price. FAR 52.212-3, Offeror Representations 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; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicabl e to Defense Acquisitions of Commercial Items, selecting clauses 52.203.3 Gratuities, and 252.225-7001 Buy American and Balance of Payments Program, and 252.232-7003, Electronic Submission of Payment Requests; FAR 52.222-3 Convict Labor , FAR 52.222-19 Ch ild Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans,&, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Report s on Special Disabled Veterans,.. , FAR 52.222-38, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference, ins ert: http://farsite.hill.af.mil; The U.S. Army Contracting Agency, Southern Region Contracting Center  West, intends to award a Firm Fixed Price contract for the following Brand Name or like item: 1) Forty Six (46) each 8x16 Closed Cell Cable Concrete Mat s (5,888 s/f), equal or similar to brand name of International Erosion Control Systems Part Number CC45, Concrete includes: Stainless Steel Cable or Rope, 4000 psi concrete, 8 oz geotextile attached during manufacturing, shop drawings and submittals. 2) Four (4) each 8x14 8 Closed Cell Cable Concrete Mats (118 s/f), equal or similar to brand name of International Erosion Control Systems Part Number CC45, Concrete includes: Stainless Steel Cable or Rope, 4000 psi concrete, 8 oz geotextile attached durin g manufacturing, shop drawings and submittals. Manufacturer's warranty is desired, the U.S. Army will install mats once unloaded, and area is a relatively flat field near work site. Gravel Road access. There are 6 separate sites on this project for the app lication of this product. The block size needs to be able to handle traffic up to a 5 ton troop carrier. The sizes of the sites are as follows: Site 1 - 60' x 14'8, Site 2 - 60' x 14'8, Site 3 - 52' x 14'8, Site 4 - 136' x 14'8, Site 5 - 60' x 14 '8, Site 6 - 6' x 14'8 3) One hundred forty seven (147) each required Anchors for cable mats. 4) One hundred seventy five (175) each stainless steel cable clamps or required clamps. 5) Cost for delivery of loads. Remarks: 1) Proposals shall include a c ompleted copy of the provision at 52.212.-3 Offeror Representations and CertificationsCommercial Items either through access to their ORCA pages at https://orc a.bpn.gov/login.aspx or return a completed copy of the provision. (2) All responsible sources may submit a quote, which shall be considered. It is anticipated that award will be made without discussions; although, the government reserves the right to hol d discussions if necessary. Vendor must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov to receive award. (3) Delivery: Request delivery within 60 days of award of contract to ITAM, Camp Bullis, RR2, Building 5000, San A ntonio, TX 78257. (4) Quotes must be received by 22 September 2006 at 1600 (4:00 p.m.) Central Time Zone and reference the solicitation number. Quotes may be mailed to the U.S Army Contracting Agency, Southern Region Contracting Center-West, 2107 17th S treet, Bldg 4197, Suite 15, Fort Sam Houston, TX 78234-5015. Quotes also may be E-Mailed to: sean.rogers@samhouston.army.mil or faxed to 210-221-3285. For information regarding this solicitation contact Sean Rogers at 210-221-3250 or e-mail to the above address and reference the solicitation number. Award will be made to offeror whose quotes m eets all the technically acceptable criteria set forth in this solicitation with the lowest price.
 
Place of Performance
Address: ACA, Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN01148249-W 20060921/060919221014 (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  © 1994-2020, Loren Data Corp.