Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

N -- MEF Fencing - Attachment A

Notice Date
5/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/Acquisition & Procurement Office - Kent St., 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
HQ0034-11-T-0039
 
Archive Date
6/18/2011
 
Point of Contact
Karen A. Smith, Phone: 703-696-3756, Valerie Green, Phone: 703-588-8188
 
E-Mail Address
karen.smith@whs.mil, valerie.green@whs.mil
(karen.smith@whs.mil, valerie.green@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ameristar Impasse Trident T3 Fencing Specs and PWS 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is HQ0034-11-T-0039; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. This acquisition will be a 100% total small business set-aside; the North American Industry Classification System (NAICS) code is 238990. The business size standard is $14 million. The Federal Supply Class (FSC) is N099. The Washington Headquarters Service, Acquisition Directorate (WHS/AD) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to contract for procurement and installation of approximately 24 feet of Ameristar Impasse Trident T3 fencing, panels, posts and support accessories. This is a brand name requirement. The Government anticipates awarding one firm fixed price purchase order for this requirement. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Acceptability (2) Price (1) Technical Acceptability To be considered for award, offers must be brand name manufacturer meeting specifications outlined in this solicitation, See Attachment A. (2) Price The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and delivery times with their quote. This request for quotation consists of the following: CLIN 0001LaborHoursLabor to install Ameristar Impasse Trident 3 Rail Fence, panels, posts, support accessories and gate in accordance with PWS(Attachment A) CLIN 0002Fence PanelsFour (4) EAAmeristar Impasse Trident T3 Fence Panels with manual swing single gate CLIN 0003Posts and Support AccessoriesFour (4) EAPosts and support accessories for 24 feet of Ameristar Impasse Trident T3 The fencing must be manufactured by Ameristar with the following dimensions and specifications: 1)Ameristar Impasse Trident T3 Fencing materials measuring to 8’ in height 2)Ameristar Impasse Trident T3 Fencing with the following characteristics 1.Made of galvanized steel 2.Painted black to match existing Pentagon fencing; factory finish required with high performance powder coating system utilizing epoxy powder base coat and polyester top coat. 3.Contain trident style pales; formed of high strength corrugated shape, ¾” x 2 ¾”, with trident head. 4.rails 2” x 2 ½” 5.Posts: I beam shape, 1-3/4” x 4” 3)Contain one manual single swing gate 1.Gate must contain a Yale Grade 1 series lock with interchangeable core 2.size 3’6” wide x 8’ tall SUBSTITUTES ARE NOT ACCEPTABLE ACCORDING TO THE PENTAGON EXTERIOR STANDARDS ** Note: Detailed specifications and drawings in Attachment A** Additional Information: 1. ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to Karen Smith, Contract Specialist at karen.smith@whs.mil. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ: QUOTES MUST BE RECEIVED NO LATER THAN 9:00 AM, EDT on JUNE 3, 2011. 2. The Government will evaluate quotes and make a selection based on the lowest priced, technically acceptable quotation meeting the brand name requirement. The Government is not responsible for locating or obtaining any information not identified in the offer. 3. The Government reserves the right to award from the GSA Schedule. 4. The Government desires delivery and installation of all parts 30 days ARO, but no later than 45 days ARO, and anticipates awarding a purchase order for these items on or about mid June, 2011. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). All quotes shall include ARO delivery information. 5. Quotes must be firm-fixed-priced, and include all quantities listed, all or none. 6.The point of contact (POC) for this request is Karen Smith, Contract Specialist at (703) 696-3756 or karen.smith@whs.mil. No phone communication will be accepted. 7.Offeror's shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes stated on their quotes. Delivery Address: Pentagon Force Protection Agency MEF Facility 9000 Defense Pentagon Washington, DC 20301 8. SITE VISIT A site visit for interested offerors is scheduled for Thursday, May 26, 2011 at 11:00 am. EDT at the MEF Screening Facility at the Pentagon. Interested attendees should email Karen Smith, Contract Specialist, at karen.smith@whs.mil, and copy Valerie Green, Contract Specialist at valerie.green@whs.mil, no later than 10:00 a.m. EDT, Tuesday, May 24, 2011 to confirm your attendance. The site visit will not include a question and answer session. Any questions arising from the site visit may be submitted via email to Karen Smith at karen.smith@whs.mil, and copy Valerie Green at valerie.green@whs.mil, by 10:00 am EDT Friday, May 27, 2011. Answers to questions will be posted as an amendment to the solicitation. Additional information regarding logistics for the site visit will be distributed to interested attendees by Wednesday, May 25, 2011. Attendance at the site visit is NOT mandatory and is not a requirement to be considered for award. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications – Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government’s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT – CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/HQ0034-11-T-0039/listing.html)
 
Place of Performance
Address: Pentagon Force Protection Agency, MEF Facility, 9000 Defense Pentagon, Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN02452543-W 20110521/110519234901-3a3f696714c8f81f65478981288543c9 (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.