Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

47 -- Bulk Metal Plate and Tubing

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
Naval Petroleum and Oil (Shale)U.S. Department of EnergyNaval Petroleum and OilShale Reserves907 N Poplar, Suite 150CasperWY82601
 
ZIP Code
82601
 
Solicitation Number
DE-SOL-0002158
 
Response Due
8/13/2010
 
Archive Date
9/12/2010
 
Point of Contact
Mark Parker, 307 233 4855, mark.parker@rmotc.doe.gov
 
E-Mail Address
Parker Mark
(mark.parker@rmotc.doe.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Responses shall reference solicitation number DE-SOL-0002158 is issued as a request for quote (RFQ). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-45. This acquisition is a 100% small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, veteran owned small business, service disabled veteran owned small business, 8(a) business, or HUBZone business. The applicable North American Industry Classification System (NAICS) Code is: 423510, with a corresponding qualifying size standard of 100 employees (indicates maximum allowed for a concern, including its affiliates, to be considered small). The U.S. Department of Energy/RMOTC intends to purchase the following items to support oil drilling operations and testing, located at the DOE/RMOTC facility in Midwest, WY. Specification details can be found at attachment 1. The DOE/RMOTC intends to purchase following line items: Item Description Quantity 00001 PLHR 1/4" X 72" X 12' (Plate A36) 20 pc 00002 PLHR 1/4" X 96" X 20' (Plate A36) 8 pc 00003 PLHR 3/16" X 72" X 20' (Plate A36) 4 pc 00004 2" X 2" X1/4" X 20' (Square Tubing) 6 pc 00005 1" X 1" x 11GA X 20' (Square Tubing) 10 pc 00006 12 GA(.0972MN) X 48X8' (HR Sheet) 6 pc 00007 1/4" X 48" X 8' (Plate A36) 6 pc 00008 3/16" X 28" X 8' (Plate A36) 6 pc Please Note: Before the contract is awarded to the offeror, offeror must be registered on the Central Contractor Registration website: http://www.ccr.gov and on Fedconnect.net website: http://www.fedconnect.net. The offeror must also include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items (March 2005) with the proposal or note that offeror is registered on the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meet all the requirements specified herein will be considered. Please provide your best delivery schedule after date of award. Delivery Location: U.S. Department of Energy/RMOTC, Midwest, Wyoming, 82643.Award will be made to the low price who meets all criteria in the specifications. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Paragraph (a) under FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies as do the following clauses under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; 52.222-03, Convict Labor; 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clause applies to this acquisition: WORKER SAFETY AND HEALTH PROGRAM IN ACCORDANCE WITH 10 CFR 851 (FEB 2008) ? The Contractor, or a subcontractor at any tier, shall comply with the requirements of 10 CFR 851, Worker Safety and Health Program. 10 CFR 851 is incorporated into the contract by reference. The contractor shall implement and maintain a written Worker and Safety Health Program that provides the methods of implementing the requirements of Subpart C of 10 CFR 851 (or Part 851 or ?851). This plan needs to be provided with the proposal in order to be approved prior to award. The full clause can be found at attachment 3 to this solicitation. Additionally 10 CFR 851 can be found at http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&tpl=/ecfrbrowse/Title10/10cfr851_main_02.tpl. LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2004) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via Fedconnect, available at http://www.fedconnect.net. It is the offeror?s responsibility to monitor the site for the release of amendments (if any) and to verify successful transmission prior to quote due date and time. SUBMISSION OF QUOTES BY MEANS OTHER THAN Fedconnect IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the Fedconnect web site (http://www.fedconnect.net NO LATER THAN 4:00 PM local time on the date specified on the RFQ. All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist, Mark Parker at 307-233-4855 or mark.parker@rmotc.doe.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0002158/listing.html)
 
Record
SN02225909-W 20100804/100802235417-2a63b95b400d3d171dae492027f04e7c (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.