Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

81 --

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR13R0024
 
Response Due
8/20/2013
 
Archive Date
10/14/2013
 
Point of Contact
Jemel Hogan, (410)436-4068
 
E-Mail Address
ACC-APG - Edgewood
(jemel.m.hogan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to extend the closing date from 1:00pm August 15, 2013 to 10:00am August 20,2013. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation W911SR-13-R-0024 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48. The Government intends to award a single award, Firm Fixed Price Contract for Teflon Lined ISO Tanks as described below. DESCRIPTION OF ITEMS Contract Line Item Numbers (CLINs): CLIN 0001: -Contractor shall deliver twelve (12) Teflon Lined ISO Tanks that meets the specifications contained herein. - Quantity 12 each Unit price_____________ Total Price ________________ -Delivery shall be within 6 months after contract award CLIN 0002: -Shipping/Freight -Quantity 12 each Unit price_____________ Total Price ________________ CLIN 0003: -Contractor shall provide A001 Contract Data Requirement List (CDRL). A001 requires pictures or drawing of Teflon lined storage Container. The drawing shall detail all the dimensions of the container being provided. The Government is not obtaining data rights to these drawings; and they will be used strictly for informational purposes only. - Quantity 1 each Unit price__ Not Separately Priced _ Total Price __ Not Separately Priced ____ -Delivery shall be within 6 months after contract award OPTION CLIN 0004: -Contractor shall deliver sixteen (16) Teflon Lined ISO Tanks that meets the specifications contained herein. - Quantity 16 each Unit price_____________ Total Price ________________ -Delivery shall be within 6 months after exercise of option OPTION CLIN 0005: -Shipping/Freight -Quantity 16 each Unit price_____________ Total Price ________________ Shipping/Packaging: Contractor shall utilize standard commercial packaging. FOB is Destination to: U.S. Army RDECOM RDCB-DEE 4301 Otto Rd. APG, MD 21010 ATTN: Jason Adamek Inspection/Acceptance: Inspection and Acceptance will be at Destination Specifications for the Teflon Lined ISO Storage Containers: a.Capacity roughly 6,340 gallons (24,000 Liters) b.Tank is surrounded by a 20 foot long x 8 foot high x 8.5 foot wide Standard ISO frame c.Tank shall be Teflon lined, liner can be sheeted or sprayed on d.Condition shall be new or refurbished e.Insulation and cladding is not necessary for this purchase. PROVISIONS AND CLAUSES 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees. 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Procedures 52.203-13 Contractor Code of Business Ethics and Conduct 52.204-7 Central Contractor Registration 52.209-5 Certification Regarding Responsibility Matters 52.209-7 Information Regarding Responsibility Matters 52.211-5 Material Requirements 52.212-1 Instructions to Offerors- Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items(the following clauses within this clause apply: 52.203-6 w/ Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232 33) 52.215-14 Integrity of Unit Prices 52.216-24 Limitation of Government Liability 52.217-7 Option for Increased Quantity-Separately Priced Line Item. 52.217-9 Option to Extend the Term of the Contract 52.219-9 Small Business Subcontracting Plan 52.233-1 Disputes 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications 52.232-1 Payments 52.232-25 Prompt Payment 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 52.243-1 Changes--Fixed Price 52.244-6 Subcontracts for Commercial Items. 52.247-34 F.o.b. Destination 52.249-1 Termination For Convenience of the Government (Fixed Price) (Short Form) 52.249-2 Termination For Convenience of the Government (Fixed Price) 52.249-8 Default (Fixed-Price Supply & Service) 52.252-1-Solicitation Provisions Incorporated by Reference (Feb1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision maybe accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm 52.252-2 Clauses Incorporated by Reference This contract incorporates one 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/these address(es): http://farsite.hill.af.mil/vffara.htm 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-0001 Line Item specific: Single Funding 252.204-7002 Payment For Subline Items Not Separately Price 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration Alternate A 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items(the following clauses within this clause apply: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7021, 252.227-7015, 252.232 7003, 252.243-7002, 252.247-7023, 252.247-7024) 252.225-7002 Qualifying Country Sources As Subcontractors 252.227-7015 Technical Data-Commercial Items 252.227-7023 Drawings and Other Data to become Property of Government 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, in solicitations and contracts 252.232-7006 Wide Area Workflow Payment Instructions (clause fill-ins to be provided on award) 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) 252-246-7000 Material Inspection and Receiving Report 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 year after contract award provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 52 weeks after contract award. (End of clause) The Defense Priorities and Allocations System (DPAS) rating for this effort is DO-C9. The Government will award a firm fixed price contract type based on the lowest price technically acceptable (LPTA) to the Government. The offeror shall enter firm fixed unit price for the priced CLINs (i.e. CLIN 0001, 0002, 0004 & 0005). All unit prices proposed shall be binding. The award will be made to the offeror on the basis of the lowest evaluated price of proposals meeting the acceptability standards for the Teflon Lined Storage container's requirements in accordance with the specifications stated above. The evaluated price shall be the total cost of CLINs 0001, 0002, 0004 and 0005. Vendor shall also submit descriptive literature and pictures of the proposed Storage Vessel. If the proposed Storage Vessel fails to meet any one of the specifications or requirements above, it may result in the offeror's proposal being rated unacceptable. The technical evaluation will be a determination based on information furnished by the offeror. The Government is not responsible for locating or securing any information which is not identified in the proposal. Offerors failing to submit unit prices for the priced item on CLINs 0001, 0002, 0004, and 0005 or fail to provide descriptive literature and pictures of the proposed storage vessels shall result in their proposal being considering unacceptable and the Government shall reject the proposal. The Government anticipates utilizing price analysis in determining the proposed prices fair and reasonable. The Government reserves the right to make an award without discussions. The Government reserves the right to request other than cost and pricing data and conduct cost analysis should it be needed to determine the proposed price fair and reasonable. Vendors who are not registered in the SAM database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov, service desk http://www.FSD.gov. All proposals shall be signed, dated and submitted via e-mail to the Contract Specialist, Jemel Hogan at jemel.m.hogan.civ@mail.mil by 20 August 2013 10:00am EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73d0323b992ffab5cf024bd836096feb)
 
Place of Performance
Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN03150796-W 20130817/130816000002-73d0323b992ffab5cf024bd836096feb (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.