Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

95 -- Steel Sheet/Plate

Notice Date
4/13/2009
 
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-BD30
 
Response Due
4/16/2009
 
Archive Date
6/15/2009
 
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-BD30. 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: 951500X886469 W52H1B90841018 144 each Steel Sheet, Killed, Cold Drawn, Exposed and Oiled, 0.0359 inch (20 GA.) X 36 inch X 96 inch, ASTM A620 superseded by ASTM A1008. 0002 NSN: 951500X896167 W52H1B90851017 282 each Steel Plate, Structural Quality Hot Rolled,.3125 in X 48 inch X 120 inch, ASTM A36 Mill Test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: 0001 8/31/2009 0002 8/31/2009 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: 52.203-3 Gratuities 52.203-6 ALT I Restrictions on Subcontractor Sales to the Governemtn 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-6 Protecting the Governmentss Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-15 Defense Priority and Allocation Requirements 52.211-17 Delievery of Excess Quantities 52.212-1 (DEV) Contract Terms and Conditions Commercial Items Statues or Executive Orders Commercial Items (Deviation) 52.212-3 Offeror Representations and CertificationsCommercial 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child LaborCooperation with Authorities and Remedies 52.222-21 Prohibition on 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 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues Or Fees 52.222-50 Combatting Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement 52.229-3 Federal, State, and Local Taxes 52.232-11 Extras 52.232-17 Interest 52.232-33 Payment by Electronic Funds Transfer CCR 52.233-1 Disputes 52.233-2 Service of Protest 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1 ChangesFixed-Price 52.246-2 Inspection of SuppliesFixed Price 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.253-1 Computer Generated Forms 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7004 ALT A Central Contractor Registration (52.204-7) 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 by the Government of a Terrorist Country 252.211-7003 Item Identification and Validation 252.2127001 (DEV) Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition Of Commercial Items (DEV) 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7007 Prohibition on Acquisition of United States Munitions List Items from Communist Chinese Military Companies 252.225-7012 Preference for Certain Domestic Commodities 252.225-7013 Duty Free Entry 252.225-7014 Preference for Domestic Specialty Metals 252.225-7031 Secondary Arab Boycott of Israel 252.232.7003 Electronic Submission of Payment Requests 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notificiation of Transportation of Supplies by Sea The following local clauses are provided in full text: 52.0000-4002 SHIPPING/DELIVERY INSTRUCTIONS AND INFORMATION (FEB 2004) 1. THE COMPLETE 13-DIGIT PURCHASE ORDER, DELIVERY ORDER, OR CONTRACT NUMBER (The Number that starts with W52H09----) MUST BE ON THE OUTSIDE OF THE SHIPPING CONTAINER. This number must also appear on all packing slips, invoices, bills, or any communications regarding this order. 2. A Packing List must be included with each shipment. 3. Any excess quantity delivered, that is not covered by a Variation in Quantity clause, is subject to rejection. 4. SHIPMENT OR DELIVERY TO ANY ADDRESS OTHER THAN THE SHIP TO ADDRESS DESIGNATED IN THE PURCHASE ORDER/DELIVERY ORDER/CONTRACT (Block 14 of the DD1155, Block 15 of the SF1449, or Block 11 of the SF 26) MAY RESULT IN A DELAY IN PAYMENT. 5. ANY CHANGE IN THE SHIP TO ADDRESS MUST BE APPROVED BY A WRITTEN CONTRACT MODIFICATION FROM THE CONTRACTING OFFICER. 6. Information from FAR clause 52.232-25, Prompt Payment (FEB 2002), Paragraph (a)(5)(i): For the sole purpose of computing an interest penalty that might be due the Contractor, Government acceptance is deemed to occur constructively on the 7th day (unless otherwise specified in this contract) after the Contractor delivers the supplies or performs the services in accordance with the terms and conditions of the contract, unless there is a disagreement over quantity, quality, or Contractor compliance with a contract provision. If actual acceptance occurs within the constructive acceptance period, the Government will base the determination of an interest penalty on the actual date of acceptance. The constructive acceptance requirement does not, however, compel Government officials to accept supplies or services, perform contract administration functions, or make payment prior to fulfilling their responsibilities. (End of Provision) 52.0000-4003 SAFETY & SECURITY NOTICES (JUL 2005) ARSENAL ISLAND SAFETY REQUIREMENTS 1. All Contractors and Contractor personnel coming on to Arsenal Island must comply with the Rock Island Arsenal/Joint Manufacturing and Technology Center (RIA/JMTC), other Arsenal Island safety requirements and all federal, state, and local safety laws and regulations. 2. Contractors must provide their employees with, and the employees must use, all required safety equipment necessary for the work they are performing and/or the areas they are in. 3. This includes safety glasses, safety shoes, proper clothing, proper protective equipment and rigging. 4. All drivers on Arsenal Island must use seatbelts at all times when driving a motor vehicle. 5. If in doubt about any safety requirements, contact the Safety Office, AMSTA-RI-SF, 309-782-0207. PHOTOGRAPHIC EQUIPMENT RESTRICTIONS Reference: Commanders Policy Memo A-23, 18 March 2004. There are restrictions on the use of photographic devices in all non-public areas of Arsenal Island. This includes digital cameras, cell phones and PDAs with cameras. You must get permission from the Security and Intelligence Division, AMSTA-RI-FPS, second floor, bldg. 102, 309-782-2871, to use any type of photographic device in any non-public area on Arsenal Island. (End of Notices) 52.0000-4148 COMMERCIAL PACKAGING, PACKING AND MARKING INSTRUCTIONS (OCT 1990) (a) Material shall be prepared and packed for shipment in accordance with standard commercial practice (Level C) sufficiently protected to arrive in good condition. (b) Marking of Shipments. In addition to markings required for transportation, shipping labels and documents shall include the contract or purchase order number. Individual piece markings shall comply with industry standards. (End of clause) 52.0000-4834 AMC-LEVEL PROTEST PROGRAM (OCT 1996) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: HQ, Army Materiel Command Office of Command Counsel ATTN: AMCCC-PL 9301 Chapek Road 2-1SE3401 Fort Belvoir, VA 22060-5527 Facsimile Number (703) 806-8866/8875 Voice Number (703) 806-8762 The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/cc/protest.html If Internet access is not available contact the Contracting Officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (AS7010) (End of clause) 52.0000-4934 DISCLOSURE OF UNIT PRICE INFORMATION (JUN 2005) This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23,1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the Contracting Officer is notified of your objection to such release prior to submission of initial proposals. (End of clause) (PADDS AS7909) (TACOM-RI 52.204-4505) 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) 52.0000-4941 WIDE AREA WORKFLOW (WAWF) RECEIPT/ACCEPTANCE FOR SUPPLIES (RIA-JMTC) (OCT 2007) (a) To comply with the clause at 252.232-7003, Electronic Submission of Payment Requests, the Rock Island Arsenal Joint Manufacturing & Technology Center (RIA-JMTC) contracting office uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. (b) The contractor shall register to use WAWF-RA at https://wawf.eb.mil. There is no charge to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden, UT. Their number is 1-866-618-5988. (c) The contractor is required to use WAWF (https://wawf.eb.mil) using the DODAACs and information listed below. Document Type: Invoice and Receiving Report (Combo) Issued by DODAAC: W9098S Admin by DODAAC: W9098S Inspect by DODAAC: W9098S Ship to Code: W52H1B Pay DODAAC: HQ0303 Send More Email Notifications: bette.dennison@us.army.mil (d) Note: Some DODAACs will populate automatically in WAWF from your contract information stored in the Electronic Document Access (EDA) program. However, if the DODAAC in the above table is different, overwrite the WAWF download with the information in the table for that field. Some DODAACs are not yet registered in WAWF. (e) You can track your payment information by linking to the DFAS website from WAWF. The link is located at the bottom of the left side menu. Click on: Pay Status (my invoice-external link). You may use this link for assistance in completing the WAWF documentation: http://www.dfas.mil/contractorpay/electoniccommerce/ECToolBox/CreateCIRR.swf Other WAWF training is available from the WAWF main website, or directly at: http://www.wawftraining.com (End of Notice) 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE (SEP 1990) Any contract awarded as a result of this solicitation will be a A50 DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. (End of provision) 52.0000-4173 EVALUATION OF OFFERS - ALL OR NONE AWARD (MAR 1988) An offeror must quote on all items in this solicitation to be eligible for award. All items will be awarded only as a unit. (PADDS MS7100/IOC 52.215-4507) (End of provision) 52.215-5 FACSIMILE PROPOSALS (OCT 1997) (a) Definition. Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 309-782-6727 or 309-782-3721. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document-- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. (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 16, 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=f17158a1e067763e16a5f42105422692&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
SN01792004-W 20090415/090413221405-f17158a1e067763e16a5f42105422692 (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.