Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SOLICITATION NOTICE

51 -- GRATING FOR DRAIN CHANNELS - Package #1

Notice Date
8/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NFFP7230-11-05551DT
 
Archive Date
8/11/2011
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAWINGS COMBINED SYNOPSIS/SOLICITATION Grating for Burley Creek Hatchery (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NFFP7230-11-05551DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 332999. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): Grating to cover existing drain channels at the Burley Creek Hatchery. (VI) Description of requirements is as follows: Technical Specifications: 1) Galvanized steel grating: Welded carbon steel, hot dipped galvanized grating. 4" deep x 1 3/16" bar spacing. Bar thickness of ¼". Each panel coped to 2" deep and 2 ¼" wide to allow grating to be recessed into existing 2"x 2 ¼" concrete channel (see drawing). A load rating >10,000 lbs. per square foot is required. A total of 16 panels, 4 inch thick @ 4'0"x4'6". See drawings. 2) T-Bar fiberglass grating: Vinyl ester or Iso-polyester fiberglass grating. Grating shall be 2" deep, grey in color with grit-top or similar slip resistance surface. T-bar shaped bearing bars spaced a maximum of 1 ½" apart with perpendicular cross bars spaced a maximum of every 6". A load rating >1,000 lbs. per square foot is required. A total of 22 panels, 2 inches thick @ 4'0"x4'6". See drawings. 3) I-Bar fiberglass grating: Vinyl ester or Iso-polyester fiberglass grating. Grating shall be 1 ½" deep, grey in color with grit-top surface or similar for slip resistance. I-Bar shaped bearing bars spaced maximum of 1 ½" apart with perpendicular cross bars spaced q maximum of every 6". A load rating >1,000 lbs. per square foot is required. Two panel sizes are required. One with 32 panels 1 ½ inches thick @ 4'0"x2'0" and the other consisting of 6 panels 1 ½'' thick@ 3'0"x2'0". See drawings. (VII) Delivery is required within 5 weeks after receipt of order to the National Marine Fisheries Service, 7305 Beach Drive East, Port Orchard, WA 98366. Delivery shall be FOB Destination to Port Orchard, WA. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide descriptive literature demonstrating that specifications are met. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all technical specifications as stated in (VI) above. 2) Price: Quote must state price in U.S. dollars. 3) Delivery: Quote must include delivery schedule. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the lowest price, technically acceptable product. The award will be made on an all or none basis. This will be a firm fixed-priced purchase order, with payment terms of Net 30. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2011) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2011) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). (35)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 1:00 P.M. MST/MDT on August 10, 2011. All quotes must be faxed or emailed to the attention of Doris Turner. The email address is doris.p.turner@noaa.gov (preferred) and the fax number is 303-497-3163. (XVI) Any questions regarding this solicitation should be directed to Doris Turner at doris.p.turner@noaa.gov (preferred) or by telephone at 303-497-3872.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFP7230-11-05551DT/listing.html)
 
Place of Performance
Address: MANCHESTER FIELD STATION, 7305 BEACH DR. EAST, PORT ORCHARD, Washington, 98366, United States
Zip Code: 98366
 
Record
SN02518844-W 20110804/110802235437-bd60517a0f85437357ed2d963fcad603 (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.