Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
SOLICITATION NOTICE

56 -- Paint and MEK for Lock 3 Rehabilitation in Red Wing, Minnesota

Notice Date
8/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
444120 — Paint and Wallpaper Stores
 
Contracting Office
US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-07-T-0083
 
Response Due
8/24/2007
 
Archive Date
10/23/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulat ion (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is W912E S-07-T-0083 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference ha ve the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) This solicitation is set-aside 100% for Service Disabled Veteran Owned Small Business concerns. The associated NAICS code is 444120 and the small business size standard is $6.5 million. (v) This requirement consists of four (4) line items. Line item 0001 : Qty 90-5 gallon pails (450 gallons) of gray colored V776E industrial vinyl coating. Line item 0002: Qty 90-5 gallon pails (450 gallons) of white colored V766E industrial vinyl coating. Line item 0003: Qty 90-5 gallon pails (450 gallons) of aluminum colored V-102E industrial vinyl coating. Line item 0004: Qty 5-55 gal drums (165 gallons) of MEK solvent. Your quote shall include the name of the manufacturer of the paint. (vi) Paint to be supplied must include a viscosity check using a Ford #4 cup, and shall be conducted for each different lot that makes up the total quantities of paint. (vii) The delivery date for these products is 28 September 2007. This delivery date assumes that an award will be made to the successful offeror no later than 31 Augus t 2007. Materials are to be delivered to U.S. ARMY CORPS OF ENGINEERS, Lock and Dam 3, 4330 Lock and Dam Road, Welch, Minnesota 55089. All prices submitted in the quotation must be F.O.B Delivered. (viii)The provision at 52.212-1, Instructions to Offero rs Commercial Items, applies to this solicitation. (ix)(x) The provisions at 52.212-3 Alt. I, Offeror Representations and Certifications Commercial Items, and 52.219-1 Alt. I, Small Business Program Representations apply to this solicitation. The contr actor shall return a completed copy of these provisions with its quotation. A copy of the provisions may be attained from http://www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisi tion. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Deviation), applies to this acquisition. The following FAR clauses are applicable to this acquisition. 52.219 -27 Notice Of Total Service-Disabled Veteran-Owned Set-Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition Of Segregated Facilities, 52.223-6 Drug-Free Workplace, 52.225-13 Restrictions on Certai n Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-4 Applicable Law for Breach of Contract Claim, 52.233-3 Protest After Award, 52.237-3 Continuity of Services, 52.246-1 Contractor Inspection Require ments, 52.247-34 F.O.B. Destination, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, 52.253-1 Computer Generated Forms. (xi) The following DFAR clauses are applicable to this acquisition: 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A, Required Central Contractor Registration, 252.232-7003 Electronic S ubmission of Payment Requests and 252.243-7001 Pricing of Contract Modifications. To be awarded this contract, the offeror must be registered in the Central Contractor Registration (CCR). CCR information may be found at http://www.ccr.gov. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) is n ot applicable to this acquisition. (xv)(xvi) Quotations are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 12:30 PM CST, August 24, 2007. Faxed or emailed quotes are acceptable. (xvii) The assigned Contract Specialist is Bill Hurley at william.j.hurley@usace.army.mil (651)290-5416 or by fax, (651)290-5706. Should Mr. Hurley not be available, the alternate person will be Ms. Carol Olson. Her email is carol.s.olson.usace.army.mil. Please address an y questions or concerns to Mr. Hurley. In order for an interested party to have a complete quotation package, the package must also contain the following items: Copy of completed FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS/ALTERNATE I; completed FAR clause 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS/ALTERNATE I. A determination by the Government not to award this proposed contract action based on this notice is solely within the discretion of the Government. Awa rd shall be made to the Service Disabled-Owned Small Business who meets all aspects of this solicitation and is the lowest price.
 
Place of Performance
Address: US Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN01371036-W 20070815/070813221549 (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.