Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

99 -- CONCRETE TUNNEL

Notice Date
8/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-11-T-0217
 
Archive Date
9/3/2011
 
Point of Contact
Danyiele F. Peterson, Phone: 7578932713
 
E-Mail Address
danyiele.peterson@vb.socom.mil
(danyiele.peterson@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0217, and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 5 July 2011. This procurement is small business set-aside and the associated North American Industrial Classification Code (NAICS) code is 327390 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B - Schedule of Supplies and Services The contractor shall provide various shapes of pre-castconcrete pipe and connection boxes similar to water drainage pipe. Each unit shall consist of a two-piece "clam-shell' design and be reinforced with steel rebar and have male/female attaching points for ease of assembly. CLIN 4' x 6' BC Mid Section Quantity Unit of Issue 0001 9 Unit CLIN 6' x 6' x 3' ID Base w/Wall OPG for BC Quantity Unit of Issue 0002 3 Unit CLIN 6' x 6' x 3' ID Top w/36" access in roof Quantity Unit of Issue 0003 & wall opening for BC 3 Unit CLIN EJIW 30" Frames and Covers Quantity Unit of Issue 0004 3 Set OPTION CLINs: CLIN 4' x 6' BC Mid Section Quantity Unit of Issue 1001 9 Unit OPTION CLIN 6' x 6' x 3' ID Base w/Wall OPG for BC Quantity Unit of Issue 1002 3 Unit OPTION CLIN 6' x 6' x 3' ID Top w/36" access in roof Quantity Unit of Issue 1003 & wall opening for BC 3 Unit OPTION CLIN EJIW 30" Frames and Covers Quantity Unit of Issue 1004 3 Set OPTION CLIN 4' x 6' BC Mid Section Quantity Unit of Issue 2001 9 Unit OPTION CLIN 6' x 6' x 3' ID Base w/Wall OPG for BC Quantity Unit of Issue 2002 3 Unit OPTION CLIN 6' x 6' x 3' ID Top w/36" access in roof Quantity Unit of Issue 2003 & wall opening for BC 3 Unit OPTION CLIN EJIW 30" Frames and Covers Quantity Unit of Issue 2004 3 Set OPTION CLIN 4' x 6' BC Mid Section Quantity Unit of Issue 3001 4 Unit OPTION CLIN 4' x 6' BC with 45 degree skewed end Quantity Unit of Issue 0005 6 Unit OPTION CLIN 4' x 6' BC squared end Quantity Unit of Issue 0006 2 Unit OPTION CLIN 4' x 6' BC sloped end Quantity Unit of Issue 0007 2 Unit OPTION Delivery date: TBD - 45 days ARO Deliver to Virginia Beach, Virginia The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul-04 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 FAR FAR 52.203-8 52.203-10 Cancellation, Recission, amd Recovery Funds for Illegal or Improper Activity Price or Fee Adjustment for Illegal or Jan-97 Jan-97 FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep-07 FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct-10 FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper Aug-00 FAR 52.204-7 Central Contractor Registration Apr-08 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Sep-06 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Jun-08 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun-10 FAR 52.219-6 Notice Of Total Small Business Set-Aside Jun-03 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Sep-10 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes Dec-91 FAR 52.233-3 Protest After Award Aug-96 FAR 52.243-1 Changes -- Fixed-Price Aug-87 FAR 52.247-34 F.o.b. - Destination Nov-91 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug-08 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun-10 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98 DFARS 252.247-7023 Transportation of Supplies by Sea May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.204-9004 Foreign Persons (2006) Section K CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 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 in descending order of importance: Technical, delivery and price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Alt I May-11 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) May-11 FAR 52.217-7 Option for Increased Quantity- Separately Priced Line Item [Fill in - 10 days] Mar-89 FAR 52.252-1 Solicitation Provisions Incorporated by Reference Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Jun-05 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar-11 SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652-232-9004 Distribution of Vouchers/Invoices (2009) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent via email to Danyiele Peterson at danyiele.peterson@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Danyiele Peterson at danyiele.peterson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Danyiele Peterson by email at danyiele.peterson@vb.socom.mil, phone: (757) 893-2713, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Danyiele Peterson (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 10:00 a.m. Eastern Standard Time (EST) on August 19, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0217/listing.html)
 
Record
SN02522799-W 20110806/110804235859-3be06f734bc97b3b184275e28a71c8d0 (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.