Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
SOLICITATION NOTICE

56 -- Precast Concrete Bunkers and Walls.

Notice Date
8/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA07T0114
 
Response Due
8/27/2007
 
Archive Date
10/26/2007
 
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. W911SA-07-T-0114 is issued as a Request for Quotation (RFQ) and is due by 27 Aug 2006, 1500 hrs CST. This solicitation is set aside for small business participation under NAICS code 32739 0 with a small business size standard of 500 employees. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. A firm fixed price contract is anticipated for 27 August 2007 with a delivery date of 10 October 2007. CLIN 0001. 207 EA @ _________________=__________________ Precast Concrete Bunker, 5ft x 5ft x 7.5ft; box culverts; 4in thick walls; lifting devices; delivered to sites on Ft McCoy designated by the Point of Contact (POC). Quote pricin g FOB Destination to Fort McCoy, WI. CLIN 0002. 600 EA @ _________________=__________________ Precast Concrete Wall, L shaped, 8ft long x 5ft high, 4in thick; delivered to site on Ft McCoy as designated by the POC. Quote pricing FOB Destination to Fort McCoy, WI. There is a three page attachment with specifications and drawings accompanying this solicitation. The full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mil/, http://www.arnet.gov/far, and http://aca.saalt.army.mil/Community/policies.htm. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations 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-Commercial Items applies with the following applicable clauses in paragraph (b):52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, 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 Facilit ies; 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 Workers with Disabilities; 52.222-37, Employment Reports on Special D isabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-18 Availability of Funds  if FY07 funds become available, award will be made between 28 Aug 07 and 30 Sep 07, prices quoted must be good through 30 Sep 07; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 252.212-7001 Contract Terms and Conditio ns Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 52.203-3, Gratuities; 252.225-7012, Preference for Certain domestic commodities, 25 2.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small business concerns; 252 .232-7003 Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023 Transportation of Supplies by Sea (Alt III). ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. FAR 52.212-1(h) Multiple Awards, the government may elect to award a single contract or to award multiple contracts for the same or similar supplies to two or more sources under this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordanc e with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number, Tax Identification Number, and techni cal information displaying features of proposed equal for comparison to suggested product. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the C entral Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov. In accordance with FAR 52.212-1(k), prospective awardees 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 reserves the right to proceed to award to the next otherwise successful registere d Offeror. Offerors may obtain information 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. A DUNS number is required for CCR registration. If your company does not ha ve DUNS #, obtain one by calling 800-333-0505. Quotes may be submitted by mail, Email or fax and must stipulate the acceptance period (prices quoted must be good through 30 Sep 07). If you have questions, contact Catherine Gierke, Contract Specialist, cath erine.gierke@us.army.mil and FAX 608-388-7080. Telephonic requests for information are discouraged. Quotes must be received at ACA Contracting, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153, no later than 27 Aug 2006, 1500 hrs CST.
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01376636-W 20070819/070817221753 (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.