Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2007 FBO #2002
SOLICITATION NOTICE

56 -- Concrete Barracades

Notice Date
5/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
142 FW/LGC, 6801 NE Cornfoot Road, Portland IAP, OR 97218-2797
 
ZIP Code
97218-2797
 
Solicitation Number
W912JV07T4008
 
Response Due
6/22/2007
 
Archive Date
8/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 5 and 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; p roposals are being requested and a written solicitation will not be issued. W912JV-07-T-4008 is issued as request for quote (RFQ). This solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular FAC 05-17 . This acquisition will be a Small Business Set-Aside, NAICS 238120, Size standard: Small, SIC Code: 5032, FSC 5660. CLIN 0001,; Concrete Barrier 12.5 long, 24 base tapering to 6 TOP Qty: 200 unit, FOB Origin. Delivery Time within 30 Days ARO. This is a comb ined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 5 and evaluation data in FAR Part 12.6, as supplemented with additional information and clauses included in this notice. This announcement constitutes the o nly solicitation; proposals are being requested and a written solicitation will not be issued. far 52.212-1 Instructions to offerors-commercial items (Jan 04) and far 52,212-2 evaluation  commercial items (Jan 99). All offerors must include a completed c opy of the provision at 52.212-3 offeror representations and certifications-commercial items (May 04). The clauses at 52.212-4 contract terms and conditions-commercial items (Oct 03), and 52.212-5 contract terms and conditions required to implement statut es or executive orders-commercial items (May 04), and 52.232-33 payment by electronic funds transfer  central contractor registration (OCT 03) apply. 52.233-4, Applicable Law, Applicable Law for Breach of Claim (OCT 2004) The contractor agrees to comply w ith the following FAR Clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: This clause applies to this acquisition as well as the following clauses ; 52.215-2, Audit and Records Negotiation, 52.243-1, Changes  Fixed price, 52.247-32, F.O.B. Origin, Freight Prepaid, 52.249-2, Termination for Convenience of the Government (Fixed-Price), 52-249.8, Default (Fixed  Price Supply & Services), 52.252-2, Cl auses Incorporated by Reference, 252.204-7004 ALT A Central Contractor Registration (52.204-7) Alternate A, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001 Pricing of Contract Modifications, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disab led and Vietnam Era veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-18, European Union Sanction for End Products, 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels, 52.219-6, Notice of Total Small Business Set-Aside, 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 04 ), 252.225-7036, Buy American Act  North America Free Trade Agreement Implementation Act  Balance of Payments program, Alternate I (Jan 04), NOTES PARTICULAR TO THIS ACQUISITION: Brand names and/or part number information is given as a cross-reference for the benefit of potential offerors; it does not necessarily convey the Governments intent to purchase brand name or sole source. However, offe rors are welcome to quote OR EQUAL products/services; when doing so, you MUST include all specifications with the offer(s) in order that your offer(s) may receive fair consideration Offer evaluation will be based on the best value to the government (i. e. price, warranty (ies), and past performance). Warranty at a minimum shall be the industry standard commercial warranty offered. All quotes to include any and all representations and certifications should be emailed to MSC.142FW@OR PORT.ANG.AF.MIL or faxed to (503) 335-4487 NLT COB 22 June 2007. POC for this acquisition is Chuck Drury (503) 335-4486.*****
 
Place of Performance
Address: 142 FW/LGC 6801 NE Cornfoot Road, Portland IAP OR
Zip Code: 97218-2797
Country: US
 
Record
SN01298868-W 20070521/070519220239 (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.