Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

99 -- Roadway Surface Mounted Directional Controller System and Tire Shredder

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bliss, ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-09-T-0200
 
Response Due
8/12/2009
 
Archive Date
10/11/2009
 
Point of Contact
Carol Mack, 915-568-6858<br />
 
E-Mail Address
ACA, Fort Bliss
(carol.mack@us.army.mil)
 
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 solicitation number is W911SG-09-T-0200 and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. The North American Industry Classification System (NAICS) Code for this requirement is 332999 with a corresponding Small Business Size standard of 500 employees. The Mission Installation Contracting Command Directorate of Contracting, Fort Bliss, TX 79906 intends to award a firm-fixed price type contract. Requirements are as follows: Line Item 0001 Quantity of 75 each Roadway surface mounted directional controller system and tire shredder consisting of spring loaded spikes that remain in a raised position and easily retract when vehicles drive over the system in the correct direction. If vehicles drive over the system in the opposite (incorrect) direction, spikes will remain in the raised position and vehicle tires that come in contact with the system will be damaged. System must have a low profile for smooth vehicle passage over the system; System must be easy to install on existing roadway and not require excavating or asphalt cutting; System must be fabricated in 3' sections to allow for traffic lane customization and consist of all welded construction of 1/4 inch steel. Color of system shall be traffic safety red. Line Item 0002 Quantity of 150 each 8 X 8 Butyl pad to be used for extra grip of system to asphalt. Line Item 0003 Quantity of 36 each 7 inch End Caps for system. Line Item 0004 Shipping and Handling to Fort Bliss, Texas (if quoting other than F.O.B. Dest). Offeror shall specify whether quote is F.O.B. Dest or Other. Delivery is required no later than 30 days after award. The following clauses apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.247-32 F.O.B. Origin, Freight Prepaid; FAR 52.212-4 Contract Terms and ConditionsCommercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, and the following fill-in clauses in 52.212-5 also apply: FAR 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33; DFARS 252.204-7003, 252.204-7004 Alt A, 252.211-7003 Alt A, 252.232-7003, 252.232-7010, and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the following fill-in clauses in DFARS 252.212-7001 also apply: DFAR 252.225-7001 and 252.247-7023 Alternate III. The offeror shall include a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications, Commercial Items with their offer. The full text of these provisions and clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.acqnet.gov. The following Local Clause also applies: 5152.233-4000, AMC-Level Protest Program (Nov 2008) 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 Government Accountability 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 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) The offeror must be actively registered in the Central Contractor Registration (CCR) database and the On-Line Certifications and Representations Application (ORCA) database to be considered for award. The website for CCR and ORCA is http://www.ccr.gov and https://orca.bpn.gov. Offers will be evaluated in accordance with 52.212-2 Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the items to meet the Government requirement; (2) Price; (3) Past Performance. Technical capability and past performance, when combined, are approximately equal to price. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Proposals are due by August 12, 2009, 11:00 a.m. MDST and may be faxed to the attention of Carol Mack at 915-568-0836 or e-mailed to carol.mack@us.army.mil. Questions or concerns shall be directed to Carol Mack, Contract Specialist, via e-mail carol.mack@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK05/W911SG-09-T-0200/listing.html)
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX<br />
Zip Code: 79916-6812<br />
 
Record
SN01896685-W 20090805/090803235114-63ceb24251113a0ae67fb7f7adfc06ed (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.