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
SOLICITATION NOTICE

34 -- COMBINED SOLICITATION SYNOPSIS W91ZLK-13-T-0273 100% SMALL BUSINESS SET ASIDE FOR THE PROCUREMENT OF THOMAS WILEY MINI-MILL. BRAND NAME OR EQUAL TO THOMAS WILEY MINI-MILL.

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331110 — Iron and Steel Mills and Ferroalloy Manufacturing
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-13-T-0273
 
Response Due
8/21/2013
 
Archive Date
10/14/2013
 
Point of Contact
Kayann Brown, 443-861-4718
 
E-Mail Address
ACC-APG - Installation Division
(kayann.t.brown.mil@mail.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. The combined synopsis/ solicitation number is W91ZLK-13-T-0273. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-66. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 331110 and the Business Size Standard is 1000 Employees. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order. In accordance with the specifications, using Federal Acquisition Regulation FAR PART 13.5, Test Program for Certain Commercial Items. NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered. Acceptance shall be at destination. Shipping shall be FOB Destination to: Edgewood Chemical Biological Center 5183 USA RDECOM Edgewood Area BLDG E 5179 Hoadley Rd. Aberdeen Proving Ground (APG), Maryland 21010-5424 Description of the Requirement: Edgewood Chemical Biological Center is requesting the purchase of, (Brand-name or Equal to Thomas Wiley Mini-Mill) Stainless Steel, Explosion Proof, 115V 60Hz and Shipping. The following are the items and the quantities required: CLIN 0001 Wiley Mini-Mill Stainless Steel; Required Quantity: One (1) Unit Price:__________. Total Amt:_____________. CLIN 0002 Shipping; Required Quantity: One (1) Unit Price:__________. Total Amt:_____________. ******Please see the attached specifications (located at bottom of this posting) for further details. **************************** The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The Government will award a firm fixed price purchase order based on the lowest price technically acceptable LPTA to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.246-2 Inspection of Supplies-Fixed Price 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations shall be signed, dated and received by 4:00 PM Eastern Standard Time (EST) 21 August 2013 via e-mail to SFC Kayann Brown, kayann.t.brown.mil@mail.mil, at the US Army Contracting Command (ACC), Aberdeen Proving Ground (APG), Tenant Division, Attention: CCAP-SCI 6001 Combat Drive, Aberdeen Proving Ground (APG), MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in System For Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by going on via the web to https://www.sam.gov. For questions concerning this Request for Quotation (RFQ), vendors shall contact SFC Kayann Brown, Contracting Specialist, via e-mail at kayann.t.brown.mil@mail.mil. Vendors shall provide any/all questions no later than 20 August 2013 at 2:00 PM EST. NO TELEPHONE REQUESTS WILL BE HONORED. This action was posted on 15 August 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31627d950f729d1e64295e7ca6c66aa3)
 
Place of Performance
Address: ACC-APG - Installation Division 6001 Combat Dr Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03151209-W 20130817/130816000353-31627d950f729d1e64295e7ca6c66aa3 (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.