Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOLICITATION NOTICE

99 -- REPAIR AND REPLACEMENT OF FLAGSTONES AND MASONRY AND SPECIALIZED STONEWORK REPAIRS AT VARIOUS LOCATIONS, ARLINGTON NATIONAL CEMETERY.

Notice Date
9/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-07-T-0251
 
Response Due
9/27/2007
 
Archive Date
11/26/2007
 
Point of Contact
Veronica Dotson, 703-693-6333
 
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 REQUIREMENT WAS PREVIOUSLY POSTED AS W91WAW-07-T-0235. D UE TO TECHNICAL PROBLEMS, IT IS REPLACED WITH W91WAW-07-T-0251. INTERESTED PARTIES ARE REQUIRED TO SUBMIT A PROPOSAL IN RESPONSE TO W91WAW-07-T-0251. INTERESTED PARTIES WHO SUBMITTED A PROPOSAL FOR THE PREVIOUS SOLICITATION WILL NEED TO RE-SUBMIT A PRO POSAL IN RESPONSE TO W91WAW-07-T-0251. PROPOSALS ARE DUE BY 4 PM EDT, Sep 27, 2007. The Army Contracting Agency Contracting Center of Excellence intends to procure services for the work entitled: Repair and Replace Flagstone, Perform Masonry and Specia lized Stonework Repairs Throughout the Arlington National Cemetery. This acquisition is being offered for competition limited to Small Business Concerns only. The North American Industrial Classification System (NAICS) Code for this procurement is 238140 with a small business size standard of $13,000,000. The resultant contract will be a Firm-Fixed Price Contract with a period of performance set at three (3) months after contract award. The provisions of FAR 52.212-1, Instructions to Offerors-Commercial a pplies to this acquisition without addenda. The provisions of FAR clause 52.212-4, Contract Terms and Conditions -Commercial Items, apply to this acquisition. Contract award will be made on the basis of lowest priced technically acceptable (LPTA) proposa l with appropriate consideration given to the three evaluation factors. Selection will be based on the following evaluation factors in order of importance: (1) Technical Capability (2) Past Performance and (3) Price. Offerors are advised to submit a com pleted printout of FAR clause 52.212-3, unless the offeror has completed online certifications and representations at the https://orca.bpn.gov/ website. The clause at 52.212-5 applies to this acquisition and specifies the applicability of clauses: 52.219-6 , Notice of Total Small business Set-Aside (JUNE 2003) (15 U.S.C. 644); 52.222-3, Convict Labor; 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.226-26, Equal Opportunity; 52.222-35; 52 .225-1, Buy american Act-Supplies (JUNE 2003) (41 U.S.C. 10a-10d); 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332); and 52.222-41, Service contract Act of 1965,as Amended (JULY 2005) (41 U.S.C. 351, et seq.). Additional clauses applicable to this purchase include: FAR Clause 52-204-7, Central Contractor Registration, and DFARS 252.246-7000, Material Inspection and Receiving Report. All responsible sources may submit a bid, proposal or quotation, which shall be considered by this agency. Full text of the provisions and clauses may be accessed electronically at http://www.arnet.gov/far. All costs must be included in the offer. Point of contact is Veronica Dotson at 703-693-6333 or via email at veronica.dotson@hqda.army.mil. Offers must be emai led to the above email address. All prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and be actively registered in the Central Contractor Registration (CCR) at www.ccr.gov. The solicitation and any documents related to th is procurement will be available on the Internet only at: http://cce.hqda.pentagon.mil. Click on Services (top of page), click on RFPs (bottom left side of the page), select the appropriate RFP and Click on Process (bottom of page) . No hard copies of the solicitation will be available. No solicitation mailing list will be compiled or published. It is incumbent upon the interested parties to review the website frequently for any updates/amendments. Please submit all questions in writing via email to veron ica.dotson@hqda.army.mil. Questions will not be addressed by telephone.
 
Place of Performance
Address: ARLINGTON NATIONAL CEMETERY VARIOUS LOCATIONS Arlington VA
Zip Code: 22111-5003
Country: US
 
Record
SN01419217-W 20070926/070924224756 (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.