Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

54 -- Portable Stairway Tower - Attachment A SOW & Specifications

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, Ohio, 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-10-00055-1
 
Archive Date
4/1/2010
 
Point of Contact
Michael Kreacic, Fax: 513-487-2107
 
E-Mail Address
kreacic.michael@epa.gov
(kreacic.michael@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria SOW & Specifications The U.S. Environmental Protection Agency (EPA), Office of Research and Development, National Risk Management Research Laboratory, Atmospheric Protection Branch, located in RTP, North Carolina has a requirement for One (1) portable stairway tower. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Refer to RFQ-OH-10-00055-1 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. This acquisition is set-a-side for small business. The NAICS codes are 332311, 332312 and 333923 (2002), the size standard for all three codes is 500 employees. All supplies shall be provided to the U.S. EPA National Risk Management Research Laboratory, and Southern Research Station's Coweeta Hydrologic Lab, located at 3160 Coweeta Lab Road, Otto, North Carolina 28763-9218. The F.O.B. point shall be destination. Price quotes shall include any setup charges. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are included in Attachment B Technical Evaluation Criteria. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified in Attachment A Statement of Work. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: 52.222-50, Combating Trafficking in Persons (FEB 2009), 52.233-3, Protest After Award (AUG 1996), 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). These documents can be found at: http:www.epa.gov/docs/etsdop/. Offerors shall submit 1 copy of their offer, referencing RFQ-OH-10-00055-1, no later than, March 17, 2009 at 3:00 PM EST to Michael Kreacic as follows: via email at kreacic.michael@epa.gov or via fax at 513-487-2107. Quotations may be sent via regular mail to: U.S. EPA, ATTN: Michael Kreacic, Mail Code: NWD-CPOD, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry to: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Questions may be submitted in writing to Michael Kreacic at FAX number 513-487-2107 or via e-mail at kreacic.michael@epa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-10-00055-1 /listing.html)
 
Place of Performance
Address: U.S. EPA National Risk Management Research Laboratory, and Southern Research Station's Coweeta Hydrologic Lab, located at 3160 Coweeta Lab Road, otto, North Carolina, 28763, United States
Zip Code: 28763
 
Record
SN02082445-W 20100305/100303235424-2640907d5961e29abf5ec2a80ccc7c82 (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.