Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2008 FBO #2572
DOCUMENT

95 -- Supply and Delivery of Stainless Steel - USP Lewisburg, PA - Attachmens

Notice Date
12/9/2008
 
Notice Type
Attachmens
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ-20704-0004-09
 
Response Due
12/29/2008 3:00:00 PM
 
Archive Date
3/25/2009
 
Point of Contact
Jill A Erickson,, Phone: 972-352-4528
 
E-Mail Address
jerickson@bop.gov
 
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; quotes are being requested and a written solicitation will not be issued. RFQ-20704-0004-09 - SUPPLY AND DELIVERY OF STAINLESS STEEL The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to make a single award of a firm-fixed unit price type contract for the provision of Stainless Steel Metal Items under the Request for Quotation. This acquisition is a Total Small Business Set-Aside. The NAICS code for this requirement is 332312; the small business size standard is 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. Place of Delivery and Schedule - In accordance with FAR 46.503 and 46.403(a)(1), the place of acceptance for supplies under this contract is at the destination of the United States Penitentiary Lewisburg, located at 2400 Robert Miller Jr. Drive, Lewisburg, Pennsylvania, 17837 and the supplies shall be to delivered 30 days after date of award. Award is anticipated around January 12, 2009. Contract Pricing - The Government intends to make a single award to a quoter, pursuant to affirmative determination of responsibility, whose quote, conforming to the solicitation, is determined to be in the best interest of the Government considering price only. The Government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms from a price standpoint. The Government intends to make an award of a firm-fixed price contract on a all-or-none basis. Contractor shall be able to provided the items no later than 30 days after date of award. The proposed price must include all associated charges, fees and delivery cost (FBO Destination). DESCRIPTION OF ITEMS: CLIN 001 - Stainless Steel Expanded Metal, T304, 3/4" x # 9 x 48" x 96", Mill Finish, (Quantity 166 each); CLIN 002 - Stainless Steel Angle, T304, 1-1/2" x 1-1/2" x 3/16" Thick x 20 FT, Mill Finish, (Quantity 64 each); CLIN 003 - Stainless Steel Tubing, T304, 2" x 2" x 7 Gauge Thickness Wall x 20 FT, Mill Finish, (Quantity 386 each); CLIN 004 - Stainless Steel Bar Stock, T304, 2" x 1/4 Thk x 12 FT, Mill Finish, (Quantity 112 each); CLIN 005 - Stainless Steel Sheet, T304, 14 Gauge Thickness x 48" x 96", 2B Finish, (Quantity 397 each); CLIN 006 - Stainless Steel Angle, T304, 2" x 2" x 3/16" Thk x 20 FT, Mill Finish (Quantity 80 each). CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov/far. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (OCT 2008) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000) 52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.232-18 Availability of Funds (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: Department of Justice (DOJ) Residency Requirement - BOP clause (JUN 2004) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (OCT 2008)- (b) 1, 5, 7, 9, 15, 16, 17, 18, 19, 20, 21, 22, 23, 24, 28, 31, 36 OTHER CONTRACT TERMS AND CONDITIONS: Contract Administration and Contracting Officer Responsibility: Authority to negotiate changes in terms, conditions, or amounts cited in this contract is reserved to the Contracting Officer. This responsibility may be delegated to an Administrative Contracting Officer by the Contracting Officer. List of Attachments. Attachment 1 - SF1449; Attachment 2 - Business Management Questionnaire; Attachment 3 - Offeror Representations and Certifications - Commercial Items (JUNE 2008) SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov/far 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) tailored to delete paragraphs at c, h, and i as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.214-31 Facsimile Bids (DEC 1989), (972) 352-4545, Canon Laser Class 710 52.233-2 Service of Protest (SEP 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534 Protests Filed Directly with the Department of Justice (JAR 2852.233-70) (JAN 1998) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. 52.212-3 Offeror Representations and Certifications - Commercial Items (JUNE 2008) Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov), under NAICS 332312 code, prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. SUBMISSION OF QUOTATIONS The information requested in items (1) and (2), which follow, may be submitted on company letterhead, business stationary, or by completing Attachment 1 - SF-1449: (1) Contractors DUNS Number (2) Quoted pricingfor the following Contract Line Item Numbers (CLIN): CLIN 001: Stainless Steel Expanded Metal, T304, 3/4" x #9 X 48" x 96", Mill Finish - 166 EA @ $ = Total $ _____________ CLIN 002: Stainless Steel Angle, T304, 1-1/2" x 1-1/2" x 3/16" Thick x 20 FT, Mill Finish - 64 EA @ $_______ = Total $_____________ CLIN 003: Stainless Steel Tubing 2" x 2" x 7 Gauge Thickness Wall x 20 FT, Mill Finish - 386 EA @ $ = Total $___________ CLIN 004: Stainless Steel Bar Stock, T304, 2" x 1/4 thk x 12 FT, Mill Finish - 112 EA @ $_______ = Total $ _____________ CLIN 005: Stainless Steel Sheet, T304, 14 Gauge Thickness x 48" x 96", 2B Finish - 397 EA @ $_______ = Total $_____________ CLIN 006: Stainless Steel Angle, T304, 2" X 2" x 3/16" Thk x 20 FT, Mill Finish - 80 EA @ $_______ = Total $ _____________ Total of CLIN 001 - 006 $_______________________ (3) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). The contractor should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. If your references will require a Release of Information statement - provide it with your quote submittal. (See Attachment 2) (4) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JUNE 2008) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. (See Attachment 3) Sealed Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 3:00pm local time on Monday, December 29, 2008. This solicitation is distributed solely through the General Services Administration. Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. All responsible sources are encouraged to submit a written offer which will be considered for award. This acquisition is a Total Small Business Set-Aside. Numbered Note 1 applies to this solicitation. Questions regarding this requirement may be e-mail in writing to Jill Erickson, Contract Specialist at the email address listed below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=17dae1ea95ad4f33e0a92f4e0cccab7b&tab=core&_cview=1)
 
Document(s)
Attachmens
 
File Name: Attachment 1 - Standard Form 1449 (Attachment I.pdf)
Link: https://www.fbo.gov//utils/view?id=e0593b27d687f52c204ddcc12795fd66
Bytes: 375.63 Kb
 
File Name: Attachment II - Business Management Questionnaire (Attachment II.pdf)
Link: https://www.fbo.gov//utils/view?id=79172fd4f89905d641007e76f5511462
Bytes: 210.94 Kb
 
File Name: Attachment III - Offeror Representations and Certifications --Commercial Items (JUN 2008) (Attachment III.pdf)
Link: https://www.fbo.gov//utils/view?id=d6efeb684e56378c8664cdcd3e5fec6b
Bytes: 2,824.80 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: United States Penitentiary, Lewisburg, 2400 Robert Miller Jr. Drive, Lewisburg, Pennsylvania, 17837, United States
Zip Code: 17837
 
Record
SN01716078-W 20081211/081209220206-17dae1ea95ad4f33e0a92f4e0cccab7b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.