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

Y -- RECOVERY-Monolithic 4 Sided Box Culvert IAWASTM C 1433 and ASTM C 1677Federal Financial System (FTS) Project Number- R6JBTreasury Account Symbol (TAS) 14 1610

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
US Fish and Wildlife Service, CGS Contracting and General Services134 Union Blvd Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
60181RQ851
 
Response Due
8/12/2009
 
Archive Date
8/5/2010
 
Point of Contact
Thomas W Griffin Contract Specialist ;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERYDESCRIPTION OF REQUIREMENT:(i) 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. (ii) Solicitation 60181RQ851 Culverts, is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32, effective 31 March 2009. (iv) This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code is 237310 with a small business size standard of 500 people. (v) The Contractor shall provide the following: Item 0001- 96 Feet Total- Precast Reinforced Concrete Box Sections for Culverts manufactured IAW ASTM C 1433 and ASTM C 1677 The contractor shall supply and deliver (Installation is not included in this requirement) to Rocky Mountain Arsenal NWR construction site 8'x8' Reinforced Concrete Box Culvert Sections. (The culvert sections are to be delivered and off loaded at the Rocky Mountain Arsenal National Wildlife Refuge construction site). Two boxes shall be capable of being installed side by side with 48' length for each box and designed to cover between 2 feet to 3 feet and shall include 4 each end sections with exposed reinforcing. Box culvert sections shall be manufactured as a monolithic 4-sided box culvert. Three sided culverts with a fourth side bolted on will be not be considered acceptable. Inividual box lengths are negotiable so long as total length is at least 96 feet and each of the two culverts are at least 48 feet in length. Manufacturing shall comply with the current ASTM specification designation for use in construction of culverts:ASTM 1433-(http://www.astm.org/Standards/C1433.htm) Connections shall comply with the current ASTM specification designation:ASTM C 1677-(http://www.astm.org/Standards/C1677.htm) Contractors submitting a quote shall provide a letter guaranteeing that the box culverts will be manufactured in accordance with ASTM C 1433 and ASTM C 1677. At time of delivery contractor shall provide to the contracting officer a letter guaranteeing that the box culverts have been manufactured in accordance with ASTM C 1433 and ASTM C 1677. The price will be F.O.B. Destination Delivery shall be required NLT November18, 2009. Delivery Location: U.S FISH AND WILDLIFE SERVICERocky Mountain Arsenal NWR5650 Havana St. Bldg 130Commerce City, CO 80022-1748Prior to delivery, contact: Mr. Stephen Smith at 303-289-0451 for acceptance (vi) The provision at 52.212-1, Instructions to Offerors - Commercial Items and 52.212-2, Evaluation - Commercial Items apply. Evaluation will be based on price. To be included in the price competition, offerors must submit a quote on all items. The successful offeror will be the quoter offering the lowest total price along with a letter guaranteeing that the box culverts will be manufactured in accordance with ASTM C 1433. The price quoted must be F.O.B. Destination.(vii) Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (viii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.219-6, Notice of Total Small Business Set Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (ix) 52.204-8, Annual Representations and Certifications, effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. NOTE: This is an American Recovery and Reinvestment (ARRA) funded project and the following Federal Acquisition Regulation (FAR) ARRA clauses apply: FAR 52.203-15; FAR 52.204-11; FAR 52.213-4; FAR 52.214-26; FAR 52.215-2; FAR 52.225-21 THRU 52.225-24 AND far 52.244-6. Contractor shall meet the requirements in Section 1512 of the Recovery Act. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive offerors will be considered by the agency. (x) Electronic quotes will be accepted at tom_griffin@fws.gov. Fax quotations will be accepted at 303-236-4791. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. (xi) Offers are due no later than 12 Aug. 2009 at 2:00 pm MDT. (xii) For other information please contact: Mr. Tom Griffin, Contract Specialist/Contractor: Phone: 303-236-4326 Fax: 303-236-4791Email: tom_griffin@fws.govFederal Financial System (FTS) Project Number: R6JB; Treasury Account Symbol (TAS) 14 1610
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/60181RQ851/listing.html)
 
Place of Performance
Address: Rocky Mountain Arsenal NWR5650 Havana St. Bldg 121Commerce City, CO<br />
Zip Code: 800221748<br />
 
Record
SN01901069-W 20090807/090806002605-00fb0726d53bacac808cb1fe679bd6da (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.