Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOLICITATION NOTICE

99 -- Urgent: URN Grave Liners for Arlington National Cemetery

Notice Date
6/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV111TANC1
 
Response Due
6/13/2011
 
Archive Date
8/12/2011
 
Point of Contact
Charrsi Brightharp, 703-806-4475
 
E-Mail Address
MICC - Fort Belvoir
(charrsi.p.brightharp@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Arlington National Cemetery has an Emergency Requirement and an immediate need for a quantity of 400 Urn Grave Liners for long-lasting protection of customer's Urns from potentially damaging elements over time. The Mission and Installation Contracting Command, Fort Belvoir, Virginia intends to award a Firm Fixed Price contract based on Lowest Price Technically Acceptable (LPTA) Methodology. The selected offeror shall deliver a quantity of 50 Urn Grave Liners to Arlington National Cemetery within 24 hours after award. Resultant contract will be awarded to the offeror whose quote conforms to this combined Synopsis/Solicitation, specifications documentation, is deemed acceptable, and provides the lowest price. The specifications will be uploaded under a separate attachment. Offerors shall provide a breakdown of cost by itemizing the cost per unit and the total cost. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, FAR 52.232-8 Discounts for Prompt Payment, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference. The following clauses apply under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving and 52.225-13 Restrictions on Certain Foreign Purchases. DFARS 252.201-7000 Contracting Officers Representative; DFAR 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS The following clauses apply under DFARS 252.212-7001: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, and 252.232-7003 Electronic Submission of Payment Requests. Offerors shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. ORCA is located at http://orca.bpn.gov. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center at 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their capabilities brief. The North American Industry Classification System (NAICS) 327390 "Other Concrete Product Manufacturing" has been established for this solicitation. The size standard is 500. This procurement is 100% set-a-side for Small Business. Offerors shall submit their quote via e-mail to the contract specialist for this action: charrsi.p.brightharp@us.army.mil, by 10:00 am Eastern Standard Time, 13 June 2011. The Contracting Officer has determined, considering the urgent need for this requirement, the time allotted for soliciting for this product is prudent based on a reasonable assessment of the commercial market for this item.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b4a2f87aae64df1b7c738852826a1276)
 
Place of Performance
Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
 
Record
SN02469834-W 20110612/110610235209-b4a2f87aae64df1b7c738852826a1276 (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.