Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
SOLICITATION NOTICE

54 -- BLM-MT Stocktanks

Notice Date
2/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
BLM MT WESTERN DISTRICT OFC(MTB000)106 N. PARKMONTBUTTEMT59701US
 
ZIP Code
00000
 
Solicitation Number
L13PS00179
 
Response Due
2/20/2013
 
Archive Date
3/22/2013
 
Point of Contact
Jaclyn K Woods
 
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 that are being requested and a written solicitation will not be issued. Firm fixed-price offers are requested under this Request for Quotation (RFQ), number L13PS00179. This document incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-64. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 326199. The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 750 employees. LINE ITEM 0001Stocktanks 20 each FOB Dillon, MT 59725 LINE ITEM 0002Stocktanks 10 each FOB Butte, MT 59701 Per attached drawing/specification LINE ITEMS MAY BE AWARDED SEPERATELY: Quotes will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating quotes, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. Estimated Delivery Date: 30 Days ARO. Packaging Requirements: Standard commercial practice. The delivery address is Line Item 01 - Bureau of Land Management, Dillon Field Office, 1005 Selway Drive, Dillon, MT 59725. Line Item 02 - Bureau of Land Management, Butte Field Office, 106 North Parkmont, Butte, MT 59701 The FOB point will be destination. FOB Destination means that all costs for transportation or freight from the shipping point shall be paid by the Contractor and included in the unit price. The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors - Commercial Items; 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 or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-6; FAR 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.225-1 Buy American Act-Supplies; FAR 52.225-5; FAR 52.232-33); 52.204-99 -- System for Award Management Registration (DEVIATION); FAR 52-211-5 Materials Requirements; FAR 52.223-3 Alt. 1 Hazardous Material Identification and Material Safety Data; FAR 52.223-6 Drug-Free Workplace. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the System for Award Management found at https://www.sam.gov/portal/public/SAM or completed copy of the FAR 52.212-3 clause must be submitted with the quote. 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for performance under this contract beyond the date of any CR. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond that date, until funds are made available to the Contracting Officer for performance and until the contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) APRIL 2011 Beginning May 1, 2011, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). Payment terms for existing contracts and orders awarded prior to May 1 remain the same. The Contractor must use IPP for contracts and orders awarded May 1 and later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to May 1. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Original invoice, any supporting documentation. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, date offer expires and any prompt payment discount terms. Offers are due at the above office no later than 4:30 pm (MST), Wednesday, February 20, 2013. Fax quotes will be accepted at (406) 533-7660. For additional information contact Jaclyn Woods, Contract Specialist at (406) 533-7628. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/MT/L13PS00179/listing.html)
 
Record
SN02978660-W 20130206/130204233900-119f44eac83fad4a3f874b1e1a06b781 (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.