Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2012 FBO #3708
SOLICITATION NOTICE

91 -- Firewood

Notice Date
1/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454319 — Other Fuel Dealers
 
Contracting Office
MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S712T0013
 
Response Due
2/2/2012
 
Archive Date
4/2/2012
 
Point of Contact
Lisa Bergstrom, 573-596-6713
 
E-Mail Address
MICC - Fort Leonard Wood
(lisa.bergstrom2@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 the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. Solicitation number W911S7-12-T-0013 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, 3 January 2012. This is a Total Small Business set-aside under NAICS 454319 with a size standard of $7,000,000. Ft. Leonard Wood MO requires the following items: Approximately 800 cords of firewood per year to be delivered F.O.B. destination to Ft. Leonard Wood, Missouri. Specific cord quantities will be specified in each individual delivery order. CLIN 0001: 12 inch firewood - one cord of split firewood is the equivalent of 4ft high x 4ft wide x 8ft long measured cord of wood or 128 cubic feet. The first delivery is required to be stacked to show quantity of load. Firewood must be no longer than 12 inches, no shorter than 10 inches and no wider than 5 inches in diameter. CLIN 0002: 16 inch firewood - one cord of split firewood is the equivalent of 4ft high x 4ft wide x 8ft long measured cord of wood or 128 cubic feet. The first delivery is required to be stacked to show quantity of load. Firewood must be no longer than 16 inches, no shorter than 14 inches and no wider than 8 inches in diameter. The Government intends to award a single firm-fixed-price requirements contract for a base period of one year and one, one year option. To be considered for award the offerors' bid shall include pricing for the base period and option year. The Government anticipates award on or about 1 February 2012 with the base year ordering period 8 February 2012 to 7 February 2013. Option Year 1, if exercised, ordering period 8 February 2013 to 7 February 2014. The Government will typically require delivery of the required amount of firewood within seven (7) days after issuance of individual delivery orders. Invoicing and payment shall be accomplished through Wide Area Work Flow (WAWF). Vendors submitting quotes shall provide per cord pricing for the entire Base Year period and the entire Option Year 1 period. In accordance with FAR 52.216-19, Order Limitations, the following is provided: Minimum Order - When the Government requires supplies or services covered by this contract in an amount of less than ten (10) cords, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. Maximum Order - the Contractor is not obligated to honor any order for a single item in excess of 40 cords; any order for a combination of items in excess of 40 cords; a series of orders from the same ordering office within five (5) days that together call for quantities exceeding the limitation for a single order. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.217-5, Evaluation of Options; FAR 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act; FAR 52.225-4 Buy American Act-Free Trade Agreement-Israeli Trade Act Certificate; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; FAR 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; and DFARS 252.232-7010, Levies on Contract Payments. The following FAR and DFARS provisions and clauses are incorporated by full text: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.216-1, Type of Contract; FAR 52.216-18, Ordering; FAR 52.216-19, Order Limitations; FAR 52.216-21 Requirements; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Provisions and clauses may be accessed at FAR: https://www.acquisition.gov/far/ or DFARS: http://farsite.hill.af.mil/VFDFARA.HTM. OFFERORS SHALL PRIVDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow. All vendors must have a current Central Contractor Registration (CCR). Quotes are due no later than 3:00 pm Central Daylight Time on 2 February 2012. Quotes shall be submitted via e-mail to lisa.bergstrom2@us.army.mil or via USPS or commercial deliver service to: MICC ICO Ft. Leonard Wood, ATTN: Lisa Bergstrom; 561 Iowa Ave., Ft. Leonard Wood, MO 65473-0140. All quotes shall reference solicitation number W911S7-12-T-0013 in the subject line. The point of contact for this solicitation is Lisa Bergstrom, Contract Specialist; phone (573) 596-0131 extension 6-6713 (collect calls will not be accepted) or via e-mail at lisa.bergstrom2@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c31489601283fa315ec7f7cd2293187a)
 
Place of Performance
Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN02655730-W 20120119/120117234703-c31489601283fa315ec7f7cd2293187a (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.