Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

46 -- Stormwater Wattles

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
DOT/Maritime Administration, DPO Acquisition 201 Mission Street, Suite 1800 San Francisco CA 94105
 
ZIP Code
94105
 
Solicitation Number
DTMA4Q09011
 
Response Due
9/16/2009
 
Archive Date
9/8/2010
 
Point of Contact
Debra Velmere Contracting Officer 4157444140 ;
 
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
This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is DTMA4Q09011 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-30. The North American Industry Classification System (NAICS): 423840. This acquisition will be 100% set aside for small businesses in accordance with FAR 19.502-2(c). The size standard is 100 employees. Statement of work Provide sediment control wattles designed to act as a barrier to trap sediment and debris washed away by stormwater runoff. Wattles are to be: "Weighted in some way so they will require little or no securing against runoff flow."Composed of a dense media that can allow sediment and debris to be trapped inside without passing them through, such as fine, compacted gravel or compacted crushed walnut shells. Straw-like material will not be acceptable."Not overly absorbent that they cannot continue to filter water through the life of the product. "Permeable, with a durable, sock-like casing."Flexible so they can be bent into a U-shape or circle with an approx 12" - 16" radius. "UV-resistant."Long lasting, with an expected life of 12 to 18 months before deteriorating."Cleanable and reusable within its expected life. Wattles are required in the following quantities and configurations: 100 Ea. 2 foot long x 4 inch diameter100 Ea. 4 foot long x 4 inch diameter300 Ea. 6 foot long x 4 inch diameter100 Ea. 10 foot long x 4 inch diameter Vendor shall provide one (1) sample and literature describing the construction and performance of the product being offered for inspection by the customer of the 2 foot x 4 inch size prior to acceptance and award. Delivery Location:DOT-Maritime AdministrationSuisun Bay Reserve Fleet2595 Lake Herman RoadBenicia, CA 94510 Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. Evaluation criteria are as follows Lowest Price Technically Acceptable, Price and Past Performance, and Technical Performance. Offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via email debbie.velmere@dot.gov. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons.FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT DOT-Maritime Administation, 201 Mission st, Ste 1800, San Francisco CA 94105. NO LATER THAN 13:00 P.M. P.S.T. on 16 SEP 09. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED. FACSIMILE QUOTES WILL BE ACCEPTED, HOWEVER THEY MUST BE FOLLOWED UP WITH AN EMAIL CONTACT OR A PHONE CONTACT INFORMING THE CONTRACTING OFFICER OF THE SUBMISSION BY FAX. This work is exempt from Walsh-Healey as it is a Commercial Item. Vendor must register with ccr.gov and ideas.nbc.gov to receive an award. Registration is not necessary for quoting. Contracting Office Address: 201 Mission St, STe 1800San Francisco CA 94105 Place of Delivery:: DOT-Maritime AdministrationSuisun Bay Reserve Fleet2595 Lake Herman RoadBenicia, CA 94510 Primary Point of Contact.: Debra K. Velmere, Contracting Officerdebbie.velmere@dot.govPhone: 415-744-4140
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA4Q09011/listing.html)
 
Place of Performance
Address: FOB Delivery2495 Lake Herman RadBenicia CA
Zip Code: 945101048
 
Record
SN01946368-W 20090910/090909090650-0ed64743160bb07ae02160d6cb6ba48a (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.