Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOLICITATION NOTICE

40 -- Twine

Notice Date
2/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
314991 — Rope, Cordage, and Twine Mills
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NWWA1200740425KLC
 
Archive Date
3/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce (USDOC) and the National Weather Service (NWS) intends to solicit for purchase of 5,500 Lb, 20-Ply Twine, 300 Yards Per Pound/Roll, NSN: 4020-00-291-5902. SPECIFICATIONS: Fabrication Method: Twisted; Breaking Strength: 40.0 Lbs Minimum ? 50 Lbs Maximum; Material: Cotton or cotton-blend. Note: The cotton-blend must meet the breaking strength as referenced above. The percentage of cotton for the cotton-blend must be higher than the polyester by 20% (60% cotton & 40% polyester; Overall; Issue Form: Ball; Length Per Weight: 900 Feet Per Lb Minimum; Issue Form Weight: 1.0 Lbs Minimum; Color: Natural: MIL.SPEC # A-A-1451. These items are being purchased for the National Weather Service (NWS), to be delivered to the National Logistics Support Center, Kansas City, MO. The supplies are to be shipped on an FOB Destination basis. The intended procurement is for supplies for which the Government intends to acquire under the guidelines of FAR Part 12, Commercial Items. This constitutes the only Request for Quotation (RFQ) written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NWWA1200740425KLC. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. The line item shall be provided in accordance with the specifications listed below. The price shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be the following: 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007), 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2006) (Sections 5, 15, 16, 17, 19, 23, 26, 31) and 52.247-35 F.O.B. Destination, within Consignee?s Premises. The FAR provision is incorporated into this acquisition by reference is as follows: 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006). FAR clauses and provisions are available on the Internet Website http://www.arnet.gov.far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar 2000). The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforms to the request resulting in the best value to the Government, based on 1. Proposed delivery schedule; 2. Price. CAR clauses and provisions are available at http://oamweb.osec.doc.gov/docs/DOCLocal Clauses PM 2000-03A2.pdf. All contractors doing business with the Central Region Acquisition Division (CRAD) must be registered with the Central Contractor Registry (CCR). For information and to register, please access the following website: http://www.ccr.gov/. In order to register with the CCR offerors must have a Dun & Bradstreet number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, ATTN: Karen Christian, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 12:00 PM CST, March 5, 2007. Quotes may be faxed to 816-274-6952 ATTN: Karen Christian. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Delivery Schedule. Provide a delivery schedule for the equipment. 2. Completed price schedule for the line item identified in this notice. This is a firm-fixed price request. 3. Completed copy of FAR 52.212-3 Representations & Certifications-Commercial items or certification of registration with the Online Representations & Certifications Application (ORCA) database. PRODUCT DESCRIPTION: 5,500 Lb, 20-Ply Twine, 300 Yards Per Pound/Roll, NSN: 4020-00-291-5902. SPECIFICATIONS: Fabrication Method: Twisted; Breaking Strength: 40.0 Lbs Minimum ? 50 Lbs Maximum; Material: Cotton or cotton-blend. Note: The cotton-blend must meet the breaking strength as referenced above. The percentage of cotton for the cotton-blend must be higher than the polyester by 20% (60% cotton & 40% polyester; Issue Form: Ball; Length Per Weight: 900 Feet Per Lb Minimum; Issue Form Weight: 1.0 Lbs Minimum; Color: Natural: MIL.SPEC # A-A-1451. SPECIAL PACKAGING REQUIREMENT: The National Weather Service (NWS) special packaging/marking requirement; Bar code label each item with National Stock No. (NSN), Agency Stock No. (ASN) and description of item shall be in accordance with the NLSC special packaging/marking requirement. Bar code label each item with National Stock No. (NSN), Agency Stock No. (ASN) & description of item. This requirement is the sole responsibility of the vendor. If items ordered are shipped without labels, the shipment will be rejected back to the vendor for non-compliance with the terms and conditions under the purchase order. A copy of NLSC instructions for Marking and Bar Coding Supplies for shipment to NLSC can be obtained via email request to karen.l.christian@noaa.gov. BID FORMAT: Provide itemized pricing as follows: Item No. 0001: 5,500 Lb, 20-Ply Twine, 300 Yards Per Pound/Roll, NSN: 4020-00-291-5902. SPECIFICATIONS: Fabrication Method: Twisted; Breaking Strength: 40.0 Lbs Minimum ? 50 Lbs Maximum; Material: Cotton or cotton-blend. Note: The cotton-blend must meet the breaking strength as referenced above. The percentage of cotton for the cotton-blend must be higher than the polyester by 20% (60% cotton & 40% polyester; Issue Form: Ball; Length Per Weight: 900 Feet Per Lb Minimum; Issue Form Weight: 1.0 Lbs Minimum; Color: Natural: MIL.SPEC # A-A-1451 Unit Price: $__________. Total Amount: $___________. FOB Destination Basis. INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the U.S. Department of Commerce/NWS/National Reconditioning Center, 1520 East Bannister Road, Kansas City, MO 64131. DELIVERY SCHEDULE: Required Delivery: On or before April 30, 2007. (Assuming that the Government will make award by March 15, 2007) Proposed Delivery Date:________________ END OF NOTICE
 
Place of Performance
Address: National Logistics Support Center, 1510 East Bannister Road, Bldg #1, Kansas City, MO
Zip Code: 64131-3009
Country: UNITED STATES
 
Record
SN01239605-W 20070301/070227220433 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.