Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2005 FBO #1144
SOLICITATION NOTICE

95 -- STEEL PLATE AND BEAMS

Notice Date
1/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
331491 — Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-05-T-0235
 
Response Due
1/18/2005
 
Archive Date
3/19/2005
 
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 acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-05-T-0235. This solicitation document and incorporated provisions and clau ses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 331491 and the Business Size Standard is 750. The Government contemplates award of a firm-fixed price con tract resulting from this combined synopsis/solicitation. The contractor shall provide: Clin 1  PLATE, STEEL, ASTM A588, 1 X 96 X 288, 6 EACH, Clin 2  PLATE, STEEL, ASTM A588, 1 X 96 X 360, 8 EACH, Clin 3  BEAM (STEEL) WIDE FLANGE, W18 X 60# X 40 FT, 8 EACH, Clin 4  BEAM (STEEL) WIDE FLANGE, W18 X 76# X 40 FT, 6 EACH, Clin 5  BEAM (STEEL) WIDE FLANGE, W24 X 229# X 40 FT, 20 EACH, Clin 6  BEAM (STEEL) WIDE FLANGE, W24 X 229# X 45 FT, 2 EACH. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the USA ABERDEEN TEST CENTER, BLDG. 315, TOWER ROAD, Aberdeen Proving Ground, Md 21005. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting wi th contractors debarred, suspended or proposed for debarment 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. 52.216-19. The provision at 52.212-1, Instructions to Offerors-- Commercial, applies to this acquisition. The contract will be awarded to low price Technical acceptable. The government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial al Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Condit ions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following g additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt ernate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-6, Notice o f Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-2 1 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C . 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Paymen t by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additio nal DFAR clauses cited in t he clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Pre ference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227) . The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arn et.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail by 18 JAN 2005 no later than 4:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Marie Poynter), 4118 Susquehanna Avenue, Abe rdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www. bpn.gov/CCRINQ. For questions concerning this solicitation contact Marie Poynter, Purchasing Agent via email to: marie.poynter@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED. NOTE 1 APPLIES.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00733009-W 20050113/050111211828 (fbodaily.com)
 
Source
FedBizOpps.gov 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.