Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
SOLICITATION NOTICE

56 -- Concrete Erosion Control Mats.

Notice Date
6/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
0010051116
 
Response Due
6/9/2011
 
Archive Date
8/8/2011
 
Point of Contact
Raymond S. Gaddie, 502-624-8430
 
E-Mail Address
MICC Center - Fort Knox
(raymond.gaddie@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation, 0010051116, is issued as a Request for Quotation (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industrial Classification System (NAICS) code for this procurement is 327390. The size standard for small business is 500. This RFQ is being issued as 100% Set-Aside for Small Business. Line Item 0001: CONCRETE EROSION CONTROL MATS; 8'X16'. QTY: 12,800 SQ FT. Line Item 0002: STAINLESS STEEL CLAMPS. QTY: 600. Line Item 0003: MOLD MOBILIZATION. QTY: 1 EACH. Line Item 0004: DELIVERY TO DESIGNATED SITE LOCATION ON FORT KNOX, KY. QTY: 1 EACH. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit an offer on all items will render the offer non-responsive. The following FAR clauses and provisions, in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 [Instructions to offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program, which can be accessed via the internet at www.ccr.gov/. The CCR registration will be confirmed prior to contract award; (2) 52.252-2 [Clauses Incorporated By Reference (Feb 1998)] applies to this acquisition and the following website: http://farsite.hill.af.mil/; (3) 52.204-7 [Central Contractor Registration (JUL 2006)]; (4)252.204-7004 Alt A [Required Central Contractor Registration]; (5) 52.209-6 [Protecting the Gov't when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment]; (6) 52.212-3 (ALT I) [Offeror Representations and Certifications Commercial Items Alternate I] Contractors shall include a completed copy of FAR provision 52.212-3(ALT I) with their offer. If contractor already has information on ORCA website, please indicate this in accordance with this clause; (7) 52.212-4 [Contract Terms and Conditions Commercial Items]; (8) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I]; 52.209-5 Certification Regarding Responsibility Matters ;52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns]; 52.219-8 [Utilization of Small Business Concerns; 52.219-28 [Post Award Small Business Program Representation; 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]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 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]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions On Certain Foreign Purchases. (Jun 2008)]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; 52.252-1 [Solicitation Provisions Incorporated By Reference (FEB 1998)] applies to this acquisition and the following website: http://farsite.hill.af.mil/; (9) 52.222-22 [Previous Contracts and Compliance Reports]; (10) 252.212-7001 [Contract Terms and Conditions Required To Implement Statues Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items] applies to this acquisition and the following sub FAR clauses apply; 52.203-3 [Gratuities]; 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.243-7002 [Requests for Equitable Adjustment]; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (11) 252.232-7003 [Electronic Invoicing]; (12) 252.212-7000 Offeror Representations and Certifications--Commercial Items. The closing date and time of this combined synopsis/solicitation is 9 Jun 2011, 11:00 AM EST. Price quotes shall be submitted on company letterhead and signed by a company representative with authority to contractually bind the company. Fax or email quotes to MICC Center-Fort Knox (502) 624-7165 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Any questions must be submitted in writing, by fax or e-mail, to Raymond S. Gaddie. Point of Contact: Raymond S. Gaddie Contracting Specialist Phone: 502-624-8430 Email: raymond.gaddie@us.army.mil Contracting Office Address: MICC Center FT Knox BLDG 1109B STE 250 199 6TH AVE FORT KNOX KY 40121-5720 Additional Info: MICC Center-Fort Knox Contracting Opportunities
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1b9118430b24d79c10d472308be1eee6)
 
Place of Performance
Address: MICC Center - Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02465497-W 20110608/110606235133-1b9118430b24d79c10d472308be1eee6 (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.