Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2013 FBO #4256
SOLICITATION NOTICE

93 -- Stormwater Filtration Wattles - Statement of Work

Notice Date
7/18/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
444220 — Nursery, Garden Center, and Farm Supply Stores
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), WR Acquisition, 201 Mission Street, Suite 2200, San Francisco, California, 94105-1905
 
ZIP Code
94105-1905
 
Solicitation Number
DTMA-94-Q-2013-0024
 
Point of Contact
Debbie K. Velmere, Phone: (415) 744-4140, Kathryn Rato, Phone: (415) 744-2580
 
E-Mail Address
debbie.velmere@dot.gov, Kathryn.Rato@dot.gov
(debbie.velmere@dot.gov, Kathryn.Rato@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Sheet Statment of Work This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is DTMA94Q20130024 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-67 dated July 21, 2013. The North American Industry Classification System (NAICS): 444220. Nursery, Garden Center, and Farm Supply Stores. This acquisition will be 100% set aside for small businesses in accordance with FAR 19.502-2(c). The size standard is 10 million in annual receipts. For more information visit: http://www.sba.gov/content/small-business-size-standards. Statement of work Provide sediment control wattles designed to act as a barrier to trap sediment and debris washed away by stormwater runoff. Wattles are to be weighted in some way so they will require little or no securing against runoff flow. See attached Statement of Work for further description. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted with the required information contained within this clause and product literature to include specification of product. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the synopsis/solicitation. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the responsible, technically acceptable vendor, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. FACTORS: Technical, past performance and price All awardees must be central contractor registered in the SYSTEM for AWARD MANAGEMENT (SAM) and Online Representation and Certification Application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. Information concerning SAP registration may be viewed via the internet at https://www.sam.gov/portal/public/SAM/. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-1 Instructions to Offerors -Commercial Items (Feb 2012) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) FAR 52.212-3 Offeror Representation and Certifications- Commericial Items (Dec 2012) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2013) ADDENDUM: Delivery will be made as needed. Each delivery being a miniumum of 40 units for CLINS 0001-0004 until quantity awarded is completely delivered. Delivery Request will be made by email from Erick Lawlor, erick.lawlor@dot.gov or Joe Pecoraro, joe.pecoraro@ d ot.gov ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2013) Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-6, Notice of Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post Award Samll Businesss Program Rerepresentation(Apr 2012) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755); FAR 52.222-19 Child Labor-Cooperaton with Authorities and REmedies (Mar 2012) FAR 52.222-21 Prohibiiton of Segregated FAcilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.223-18 Encourageing Contractor Polies to Ban Text Massaging While Driving (Aug 2011) FAR 52.225-1 Buy America Act - Supplies 1 (Feb 2009) FAR 52.232-34 Payment by Electronic Funds Trnsfer-Other than Central Contractor Registration (May 1999) FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13 Restriction on certain foreign Purchase (June 2008); RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT DOT-Maritime Administation, 201 Mission st, Ste 1800, San Francisco CA 94105. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED. FACSIMILE QUOTES WILL NOT BE ACCEPTED. This work is exempt from Walsh-Healey as it is a Commercial Item. Contracting Office Address: 201 Mission St, STe 1800San Francisco CA 94105 Place of Delivery: DOT-Maritime Administration, Suisun Bay Reserve Fleet, 2595 Lake Herman Road, Benicia, CA 94510. Primary Point of Contact.: Debra K. Velmere, Contracting Officer, debbie.velmere@dot.gov Phone: 415-744-4140
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA-94-Q-2013-0024/listing.html)
 
Place of Performance
Address: FOB: 2595 Lake Herman Road, Benicia, California, 94510, United States
Zip Code: 94510
 
Record
SN03120192-W 20130720/130718235938-41ba453840345e07ceabc2f815e32462 (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.