Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

55 -- RFQ #W911SG-07-T-0124 PURCHASE OF LUMBER AND SHEATHING

Notice Date
3/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
423310 — Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-07-T-0124
 
Response Due
3/16/2007
 
Archive Date
5/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Directorate of Contracting, Fort Bliss, TX has a requirement for the following items: Item 0001 Lumber, Premium KD WW/SPF Stud, 2 x 4 x 96 inch, Quantity 4,410 each. Item 0002 Lumber , BTR KD Hem Fir, 2 x 10 x 12, Quantity 320 each. Item 0003 Lumber, 2 x 4 x 10, Standard BTR KD HT SPF, Quantity 3,822 each. Item 0004 Lumber 2 x 6 x 10, BTR KD HT SPF, Quantity 1,512 each. Item 0005 Lumber 2 x 4 x 12 STD BTR KD HT SPF, Quantity 2,352 ea ch. Item 0006 Lumber 4 x 4 x 10 BTR Green Doug Fir, Quantity 676 each. Item 0007 Lumber 4 x 4 x 8 BTR Green Doug Fir, Quantity 416 each. 0008 RTD Sheathing 11/32 or 3/8 4 x 8, Quantity 2,700 each. Item 0009 RTD Sheathing 15/32 or 1/2 4 x 8, Quantity 2, 160 each. Item 0010 RTD Sheathing 23/32 or 3/4 4 x 8, Quantity 960 each. The solicitation number is W911SG-07-T-0124, issued as a Request for Quotation (RFQ). This RFQ is 100% set-aside for Small Business. The associated NAICS Code is 423310 with a t hreshold of 100. FOB Destination McGregor Range, Chaparral, New Mexico. To be Delivered 7 days after date of contract award. The following FAR and DFAR clauses and provisions apply to this RFQ and the full text of these clauses and provisions may be v iewed at www.arnet.gov: FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006); 52.212-3 Offeror Representations and Certification-Commercial Items(MAR 2005) Alternate I (APR 2002) and DFAR 252.212-7000 Offeror Representations and Certifications -Commercial Items (JUN 2005) must be completed and submitted with the quotation; FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items(SEP 05) are incorporated by reference. FAR clause 52.212-5, Contract Terms and Conditions Required to Impl ement Statutes or Executive Orders-Commercial items(APR 2006)applies to this RFQ and the following fill-in clauses cited in the clause apply: 52.203-6, Restrictions on Subcontractor sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2401); 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns (MAY 2004)(15 U.S.C. 637(d)(2)and (3)); 52.219-14 Limitations on Subcontracting (DEC 1996 (15 U.S.C. 63 7(a) (14)); 52.222-3, Convict Labor (JUN 2003)(E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities(FEB 1999); 52.222-26 Equal Opportunity (APR 2002)(E.O. 11246) ; 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.222-37 Employment Repo rts on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004)(E.O. 13201); 52.225-13 Restrictions on Cer tain Foreign Purchases (FEB 2006)(E.O.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 33 32); DFAR 252.204-7004 Alt A Central Contractor Registration (52.204-7)Alternate A(NOV 2003); 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2006) and the following fill-in clauses cited in this clause apply: 52.203-3 Gratuities (APR 1984)(10 U.S.C. 2207); 252.225-7001 Buy American Act and Balance of Payment s Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004)(10 U.S.C. 2533a); 252.232-7003 Electronic Submission of Payments (MAY 2006); 252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.232-7010 Levies on Contract Payments (SEP 2005)and 52.212-2 Evaluation of Commercial Items (Jan 1999) applies to this acquisition. Award will be evaluated and based on the lowest technically acceptable proposal that meets all the requirem ents and represents the best value to the Government. Offerors must submit the following to be considered for award: 1) a completed copy of FAR Clause 52.212-3 and DFAR 252.212-7000; 2) Unit price and total amount for each CLIN quoted; 3)Indicate delivery time for all items. Point of contact is Carol Mack, 915-568-6858. Quotes are due by 2:00 p.m. MDST, 16 March 2007 and may be faxed to 915-568-0836 or e-mailed to carol.mack@us.army.mil.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01244738-W 20070308/070306221109 (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.