Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

54 -- Concrete Barricades

Notice Date
8/30/2007
 
Notice Type
Modification
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-T-0491
 
Response Due
9/5/2007
 
Archive Date
9/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION: THE GOVERNMENT WILL ACCEPT ALTERNATE METHODS FOR BARRICADE CONNECTIONS. DEVIATION FROM THE ATTACHED DRAWING WILL BE ACCEPTED. THE INTENT IS FOR THE BARRICADES TO BE ABLE TO CONNECT IN A MANNER SO THAT IF IMPACTED, THE BARRICADES WILL NOT MOVE. QUOTERS MUST PROVIDE DOCUMENTATION, EVIDENCE OR CERTIFICATION THAT PROPOSED CONNECTION METHOD WILL MEET THE MINIMUM REQUIREMENT STATED ABOVE. ADDITIONALLY, THE GOVERNMENT WILL NOT ACCEPT USED BARRICADES. THE RESPONSE DATE OF 9/5/07 REMAINS UNCHANGED.(End of Modification) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued (however, a single drawing and pertinent full text clauses are attached to this notice on NECO). This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-07-T-0491. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-18 and DFARS Change Notice Revision 20070802. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . This procurement is a 100 percent set-aside for Small Business with an applicable NAICS code of 327320 and the small business standard threshold is 500 employees. The Fleet Industrial Supply Center Norfolk, VA anticipates award of a firm fixed-price contract and requests responses from qualified small business sources capable of providing the following: (Submit all quotes FOB Destination) CLIN 0001 is for three hundred (300), ? inch epoxy coated steel rebar reinforced concrete barricades (10 feet long ? 24 inches wide at bottom / 6 inches wide at top / with a 7inch taper from 5 inches up from bottom to 10 inches up from bottom - 34 inches tall) with a 6 foot by 4 inch slot the entire width of the barrier, in the bottom, to facilitate transporting with a fork lift. Also included are two 4 inch by 27 inch side slots for 5/16 inch galvanized plates which provide the capability to link the barricades (standard construction addition to barricades). The plates are not included in this request. See attached drawing for details Delivery will be to Naval Air Station Joint Reserve Base Willow Grove, Willow Grove, Security Department, Box 21, Building 1, Willow Grove, PA. 19090-5021 Technical POC: ENS Mike Lombardozzi or MAC Omar Brunson: (267)-303-4236, (215)-443-6068 or (215)-443-6057. The delivery schedule requires delivery of a minimum of 10 barriers no later than 28 September 2007, with the remaining quantity to be delivered on or before 15 January 2008. The government requires notification of deliveries at least 24 hours in advance in order to provide forklift for off-loading. Contact (267)-303-4236 to make the delivery arrangements. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.203-6 Alt I, Restrictions on Subcontractor Sales 52.219-6, Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor 52.222.21, Prohibition of Segregated Facilities 52.222-2, Equal Opportunity 52.222-35, Affirmative Action for Disabled Vets 52.222-36, Affirmative Action for Workers w/Disabilities 52.222-37, Employment Reports on Disabled Vets 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer CCR 52.215-5, Facsimile Proposals 52.233-2, Service of Protest 52.233-3, Protest After Award 52.247-34, FOB Destination Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7004 Alt A, Central Contractor Registration Alternate A 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-3, Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payment Program 252.225-7012, Preference for Certain Domestic Commodities 252.225-7036, Buy American Act - NAFTA- Balance of Payments 252.232-7003, Electronic Submission of Payment Request 252.232-7010, Levies on Contract Payments 252.243-7002, Request for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 5252.232-9000, Submission of Invoices (Fixed Price) 5252.NS-046P, Prospective Contractor Responsibility *(See Full Text Below) Offerors must submit proposals to ensure they reach destination by 3:00 PM Eastern Time, on Wednesday, September 5, 2007. Facsimile or email offers will be accepted, however, it is the responsibility of the offeror to ensure receipt of proposal. Contact Stuart Wirth, Contract Specialist, who can be reached at (757)-443-1388 or email sally.wirth@navy.mil, fax number is (757) 443-1376. Oral communications are not acceptable in response to this notice. All questions relating to this requirement must be submitted in writing prior to the date and time established for receipt of quotations. All responsible small business sources may submit a quote which shall be considered by the agency. All proposals must be clearly marked with RFP N00189-07-T-0491. Proposals received after the date and time specified will not be considered. In accordance with FAR 13.106, quotes will be evaluated and award will be made based on price and conformance to the specification and delivery schedule. IMPORTANT NOTICE: DFARS 252.204-7004/Alt I, Required Central Contractor Registration (CCR) applies to this procurement. Please ensure compliance with this regulation prior to submittal of your quotation. Lack of registration in the CCR database may make a contractor ineligible for award. Registration is free and can be completed on-line at http://www.ccr.gov additional information may be acquired by calling 1-888-227-2422. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following: 1) Identification of the requested item, with its unit price, extended price, total price, 2) Information submitted by the offeror must provide a description, to include photographs and/or drawings, in sufficient detail to show that the product offered meets the Government?s requirement. 3) Complete mailing/remittance address (s) with a point of contact, name and phone number; 4) Payment terms; 5) Delivery Schedule; 6) Taxpayer ID#, Duns #, and Cage Code and 7) All completed certifications as required herein. *PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC NORFOLK) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision)
 
Place of Performance
Address: Naval Air Station Joint Reserve Base Willow Grove,, Willow Grove, PA
Zip Code: 19090-5021
Country: UNITED STATES
 
Record
SN01391197-W 20070901/070830222836 (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.