Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

95 -- Stainless Steel Bar

Notice Date
3/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, Joint Manufacturing & Technology Center, Joint Manufacturing & Technology Center, Rodman Avenue Bldg 210, 1 Rock Island Arsenal, Rock Island, IL 61299-5000
 
ZIP Code
61299-5000
 
Solicitation Number
W9098S-09-T-BD23
 
Response Due
4/1/2009
 
Archive Date
5/31/2009
 
Point of Contact
Bette Dennison, 309-782-5163<br />
 
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. The combined synopsis/solicitation number is W9098S-09-T-BD23. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-26. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 331111 and the Business Size Standard is 1000. The Government contemplates award of a Firm Fixed Price contract. This is a Rated Military Order, Compliance with 15 CFR 700 is required. Description of Requirement: 0001 NSN: 951000X986101 W52H1B90621034 28 each Stainless Steel Bar, Round, Precipitation Hardening, Corrosion Resistant, Hot Rolled, Type XM-12, Solution Annealed, 5.25 inch diameter, purchase in sawed lengths of 40.0 +/-.06. to be included in the price for this is 1 sawed 12 inch length test coupon for heat Heat number that is provided. Mill Test Reports (MTRs) and Certificate of Conformance (COCs) shall accompany the material when received at Rock Island Arsenal. Material received without the MTRs and COCs shall be rejected and not processed until the correct paperwork is received. This will delay inspection and acceptance of the material and the payment. Delivery Date: 6/17/2009 Acceptance shall be at Destination. Shipping shall be FOB Destination to Rock Island, IL 61299 The following provisions and clauses will be incorporated by reference: 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors, Debarred, Suspended or proposed for Debarment 52.211-14 Notice of Priority Rating for National Defense Use 52.211-15 Defense Priority and Allocation Requirements 52.211-17 Delivery of Excess Quantities 52.212-1 Instruction to Offerors Commercial Items 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (1) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certification electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Deviation) 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 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 Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Combatting Trafficking in Persons 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.246-15 Certificate of Conformance 52.246-16 Responsibility for Supplies 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions required to Implement Statues or Executive Order Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 252.212-7000 Offeror Representations and Certifications Commercial Items. 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.212-7000 Offeror Representations and Certifications Commercial Items 252.225-7000 Buy American Act Balance of Payments Program Certificate 252.225-7001 Buy America and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment request and Receiving Reports 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) The following additional DFAR clauses cited in clause are applicable: 252.225-7014 Preference for Domestic Specialty Metals 252.237-7019 Training for Contractor Personnel Interacting with Detainees 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea The following local clauses are provided in full text: 52.0000-4938 SHIPMENT BY FLAT BED REQUIRED (JULY 2006) The government requires that these items be shipped by flat bed for reasons of safety and ease and efficiency in off-loading. Items not shipped by flatbed will be rejected at receiving and may not be unloaded. Failure to comply with this clause may possibly result in the Government assessing you additional off-loading costs which may result in a reduction to your contract price. (End of Notice) 52.0000-4301 EVALUATION OF OFFERS (ALL OR NONE AWARD) (JUN 2003) (IOC 52.215-4507) Award will be made to the low responsive, responsible quoter at a fair and reasonable price. An offeror must quote on all items in this solicitation to be eligible for award. All items will be awarded only as a unit. Evaluation of offers will be based, among other factors, upon the total price quoted for all items. (End of provision) The full test of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated, and received by 3:30 PM CST April 1, 2009 via fax at 309-782-3721 or email to bette.dennison@us.army.mil at the Rock Island Arsenal Joint Manufacturing & Technology Center Contracting Office, Attn: AMSTA-RI-CT/Bette Dennison, Rock Island, IL 61299. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Bette Dennison, Contract Specialist, via email at bette.dennison@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=65c94e93c755f2d4c8e24d18d165c302&tab=core&_cview=1)
 
Place of Performance
Address: Joint Manufacturing & Technology Center Rodman Avenue Bldg 210, 1 Rock Island Arsenal Rock Island IL<br />
Zip Code: 61299-5000<br />
 
Record
SN01779192-W 20090328/090326221202-65c94e93c755f2d4c8e24d18d165c302 (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.