Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

78 -- RECOVERY--78--This is a combined synopsis/solicitation to furnish and install a playground system for the US Army Corps of Engineers, Pomona Lake Project near Vassar Kansas. This system shall be installed in Michigan Valley Park. w912dq-09-t-1027.

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-T-1027
 
Response Due
8/21/2009
 
Archive Date
10/20/2009
 
Point of Contact
Gary Turk, 7854532201<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(gary.b.turk@usace.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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-32. This acquisition is to be set-aside 100% for small business concerns. The associated NAICS code for this project is 238990 and the business size standard is $13.0 M. Under the American Recovery and Reinvestment Act of 2009 (ARRA), please note that there are some unique reporting requirements relevant to the use of ARRA funds, as specified in the clause, which is included at the bottom of this announcement. STATEMENT OF WORK 1) Playground play structure: Playland Expedition Series model #PS5-90869 or equivalent. This play structure design shall meet ADA accessibility guidelines for buildings and facilities, effective November 17, 2000 as published by the Architectural and Transportation Barriers Compliance Board with the addition of ground level play components of different types when installed over accessible surfacing. This site plan should be checked against the actual site prior to the purchase or installation of equipment. The unit shall be installed according to the manufacturer's recommendations. 2) Playground Impact Area: The structure size shall require a protective surface zone of approximately 53 feet by 44 feet or roughly 1,739 sq. ft. See play structure manufacturer's site plan recommendations for exact dimensions. The sub-base of the impact area shall be protected with a geotextile weed barrier fabric; PROPEX GEOSYNTHETICS GEOTEX 651 or equivalent. The sub base shall be covered with a minimum of 6 inches of shredded rubber mulch impact material; No Fault Sport Group Rubber Mulch or equivalent. This material shall have a particle size of 3/8 inch to 2 inch and shall be color blended. The protective surfacing for this design must accommodate a fall height of at least 6 feet. The vendor shall provide the government with a color chart for color selection. The impact area perimeter shall be contained with landscape timbers. The landscape timbers shall be blow molded polyethylene; FUNTIMBERS model FTB-00002 or equivalent. The perimeter area shall have a wheelchair ramp; model ADA-00005 or equivalent. The timbers shall be installed and pinned according to the manufacturer's recommendation. Quote will include total cost of materials, delivery and installation. Department of Labor Wage Determinations are applicable. APPLICABLE CLAUSES This Request for Quotation incorporates the following provisions and clauses. The full text clauses may be accessed electronically at http://www.arnet.gov/far/. - 52.203-5, Covenant Against Contingent Fees - 52.203-7, Anti-Kickback Procedures - 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (MAR 2009) - 52.204-6, Data Universal Numbering System (DUNS Number) - 52.204-7, Central Contractor Registration (Apr 2008) - 52.204-8, Annual Representation and Certifications (Feb 2009) - 52.204-11, American Recovery and Reinvestment Act Reporting Requirements (MAR 2009) - 52.211-10, Alt I, Commencement, Prosecution, and Completion of Work (Apr. 1984) - 52.214-13, Telegraphic Bids - 52.214-26 Alt I, Audit and Records- Sealed Bidding (Mar 2009) - 52.215-2 Alt I, Audit and Records- Negotiation (Mar 2009) - 52.216-24, Limitation on Government Liability (Apr 1984) - 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) - 52.219-8, Utilization of Small Business Concerns (MAY 2004) - 52.222-3, Convict Labor (JUN 2003) - 52.222-4, Contract Work Hours and Safety Standards Act- Overtime Compensation - 52.222-6, Davis Bacon Act (Jul 2005) - 52.222-7, Withholding of Funds (Feb 1988) - 52.222-8, Payrolls and Basic Records (Feb 1988) - 52.222-9, Apprentices and Trainees (Jul 2005) - 52.222-10, Compliance of Copeland Act Requirements (Feb 1988) - 52.222-11, Subcontracts (Labor Standards) (Jul 2005) - 52.222-12, Contract Termination-Debarrment (Feb 1988) - 52.222-13, Compliance with Davis-Bacon Act and Related Act Regulations (Feb 1988) - 52.222-14, Disputes Concerning Labor Standards (Feb 1988) - 52.222-15, Certification of Eligibility (Feb 1988) - 52.222-21, Prohibition of Segregated Facilities (FEB 1999) - 52.222-26, Equal Opportunity (MAR 2007) - 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) - 52.222-54, Employment Eligibility Verification (JAN 2009) - 52.225-1, Buy American Act -- Supplies (JUN 2003) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) - 52.225-23, Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements (Mar 2009) - 52.228-5, Insurance Work On A Government Installation (Jan 1997) - 52.232-5, Payments Under Fixed- Price Construction Contracts (Sep 2002) - 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003) - 52.233-3 Protest After Award (AUG 1996) - 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) - 52.236-5, Material and Workmanship (Apr 1984) - 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984) - 52.236-26, Preconstruction Conference (Feb 1995) - 52.236-27, Site Visit (Construction) (Feb 1995) - 52.236-4035, U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1 (Jan 2009) - 52.243-4, Changes (Jun 2007) - 52.244-6, Subcontracts for Commercial Items (Mar 2009) - 52.246-12, Inspection of Construction (Aug 1996) - 52.246-21, Warranty of Construction (Mar 1994) - 52.249-10, Default (Fixed-Price Construction) (Apr 1984) - 52.252-2, Clauses Incorporated by Reference (Feb 1998) ARRA REPORTING REQUIREMENT: THIS ACQUISITION WILL BE FUNDED USING AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) FUNDS. AS SUCH, ALL REPORTING REQUIREMENTS REQUIRED BY CLAUSES 52.203-15, 52.204-11, AND 52.212-5, ALT. II ARE IN FULL FORCE AND EFFECT. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their proposal in accordance with standard commercial practice (i.e. proposal form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; companys complete mailing and remittance addresses; DUNS number; and Taxpayer Identification Number. Award will be made to the quoter offering the lowest price technically acceptable. Any questions regarding this solicitation MUST be submitted by email to the point of contact below. In accordance with FAR 52.212-1(k), the prospective awardee shall be registered and active in the CCR database prior to award. If the contractor does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT closing date of this solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered contractor. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) must be submitted along with each quotation. The Government reserves the right to cancel this combined synopsis/solicitation. TO QUOTE: At a minimum, responsible sources shall provide the following: - Product Specifications and Installation Proposal - A FIRM-FIXED Price - Bidders name, address, and telephone number - Federal tax ID # - Duns # Responses to this solicitation must be received by 4:00 pm on Monday, August 21, 2009. Quotes may be mailed to: US Army Corps of Engineers Pomona Lake Project Office, 5260 Pomona Dam Road, Vassar Kansas. 66543, FAX to 785-453-2203, or E-mailed to gary.b.turk@usace.army.mil. QUESTIONS: Please direct any technical questions about specifications for the goods required, or about delivery, to gary.b.turk@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-T-1027/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City, Pomona lake Project 5260 Pomona Dam Road Vassar KS<br />
Zip Code: 66543-9212<br />
 
Record
SN01900683-W 20090807/090806001757-2d67e1a6ccc3aef21c1213a7bfc6aa67 (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.