Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2010 FBO #3269
SOLICITATION NOTICE

96 -- A36 Steel Sheets

Notice Date
11/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331221 — Rolled Steel Shape Manufacturing
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R11T1003
 
Response Due
11/8/2010
 
Archive Date
1/7/2011
 
Point of Contact
Kimberly Ross, 928-328-3314
 
E-Mail Address
MICC Center - YPG
(kimberly.ross3@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46, Effective 29 Oct 2010, and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20101103 Edition. Competition is for a Firm Fixed Price (FFP) contract. It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. The solicitation is issued on an unrestricted basis. The North American Industry Classification System (NAICS) code is 331221 with a size standard of 1,000 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Quotes are being solicited on a Lowest Price Technically Acceptable (LPTA) basis. Pursuant to FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The quotation shall consist of two Contract Line Item Numbers (CLIN): CLIN 0001, Quantity: 50, Unit of Issue: Sheets, Description: A36 Steel in the dimensions 8 (w) x 20 (l) x 1/2 (d). Delivery for CLIN 0001 is required on or before 15 November 2010. CLIN 0002, Quantity: 30, Unit of Issue: Sheets, Description: A36 Steel in the dimensions 8 (w) x 20 (l) x 1/2 (d). CLIN 0002 shall be delivered on or before 30 November 2010. All proposals shall include transportation costs to U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ 85365. The Government reserves the right to award to other than the lowest offeror. Offerors proposing an earlier delivery date may be given higher consideration. The CSS is located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number #W9124R-11-T-1003 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6534 no later than 08 November 2010 at 4:30 PM Mountain Standard Time (MST). As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) Point of contact with telephone and facsimile numbers and email address; (3) Completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), and submit a signed copy of FAR Clause 52.212-3(b); or a completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. Note: In order to complete the Representations and Certifications go to the Air Force Website at http://farsite.hill.af.mil, locate the referenced provision, copy and paste it to a Word document and complete.; (4) Proposed delivery schedule; (5) Proposed price to include any applicable freight. Arizona vendors are to include the Arizona Transaction Privilege Tax, if applicable; (6) A statement indicating that the Government Visa Credit Card will be accepted as the method of payment; and Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The following Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.212-1, Instructions to Offerors of Commercial items (Jun 2008) 52.212-3, Offorer Representations and Certifications Commercial Item (Oct 2010) with Alternate I (Apr 2002). FAR Clauses: 52.212-4, Contract Terms and Conditions Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Oct 2010) FAR Clauses added by addendum: 52.216-2, Economic Price Adjustment -- Standard Supplies (Jan 1997) 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998); completed as follows http://farsite.hill.af.mil/vffara.htm. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) 52.232-36, Payment Third Party (Feb 2010) DFARS Provisions: 252.212-7000 Offeror Representations And Certifications--Commercial Items (Jun 2005) 252.225-7035 Buy American Act--Free Trade Agreements--Balance Of Payments Program Certificate (Dec 2009) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2010) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Jan 2009) 252.225-7036, Buy American Act--Free Trade Agreements--Balance Of Payments Program (Jul 2009) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002) DFARS clauses added by addendum: 252.211-7003, Item Identification and Validation (Aug 2008) 252.216-7000 Economic Price Adjustment--Basic Steel, Aluminum, Brass, Bronze, or Copper Mill Products (Jul 1997) 252.232-7010, Levies on Contract Payments (Dec 2006) If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e699657aec8fff5ea06207a488aab2fe)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2364 RM 101 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02322119-W 20101106/101104233802-e699657aec8fff5ea06207a488aab2fe (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.