Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2011 FBO #3329
SOLICITATION NOTICE

56 -- LONG BUTTE FENCE MATERIALS

Notice Date
1/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423390 — Other Construction Material Merchant Wholesalers
 
Contracting Office
BLM ID-STATE OFC HR&ADM SVC (ID953)1387 S. VINNELL WAYBOISEID83709US
 
ZIP Code
00000
 
Solicitation Number
L11PS00082
 
Response Due
1/11/2011
 
Archive Date
2/10/2011
 
Point of Contact
Linda J Pitzer
 
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. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number L11PS00082. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-48. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 423390. The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. The line item numbers are:Line Item 00001 - Snow Fence, 100' Rolls (Orange), Quantity 2,112 Rolls. Line Item 00002 - Steel T-Posts, 5' 6" length, Quantity 21,000 Each.SPECIFICATIONS: Line Item 00001 - Polyethylene Plastic Mesh Snow Fence Materials: The following physical properties shall be met. PROPERTIES TEST METHOD UNITS VALUERibs - Tensile Strength 1 GRI-GG1-872 lb./ft. of fence width 1850 (min)Junctions - Tensile Strength GRI-GG2-873 lb./ft. of fence width 1480 (min)Aperture Size - Open Area COE Method 4 % 50 (nom)Material - High Density Polyethylene ASTM D1248 % 97.5 (min)Type III/Class B / Grade E5 or Grade P24Ultraviolet Resistance - 2% (min) Carbon Black ASTM D4218 or fully stabilizedColor - Black or Orange as SpecifiedTemperature Range - Minimum Strengths Maintained F -60 to 150Dimensions - Roll Length ft. 50/100; Roll Width ft. 4; Roll Weight lb. 20/39 (min) Notes: 1.Measured along roll length. 2.Peak tensile strength measured by Geosynthetic Research Institute test method GG1-87 "Geogrid Tensile Strength". 3Geogrid junction strength and junction efficiency measured by Geosynthetic Research Institute test method GG2-87 "Geogrid Junction Strength". 4.Percent open area measured without magnification by Corps of Engineers method as specified in CW 02215 Civil Works Construction Guide, November 1977. Fabrication: The geogrid shall be a regular grid structure formed by uniaxially drawing a continuous sheet of select high density polyethylene material and shall have aperture geometry and rib and junction cross-section sufficient for optimum snow trapping efficiency. The geogrid shall have high continuity of tensile strength through all ribs and junctions of the grid structure. The geogrid shall also be resistant to ultraviolet degradation deterioration. Tests: The supplier shall furnish the manufacturer's certification that the resin used in the manufacture of polyethylene plastic mesh snow fence meets the physical tests set forth in paragraph II, Materials. The Department at its option may perform any of the tests necessary to establish conformance with this specification. When required by the engineer, a 36-inch long, full height sample shall be furnished for each 2,500 feet of fence or fraction thereof for each manufacturing lot. Additional samples may be required at the Department's option. Shipping: Polyethylene plastic mesh snow fence shall be shipped in 50 or 100-foot rolls. Effective November 1, 1992. Line Item 00002 - Steel Fence T-Posts ASTM A 702; painted solid green or green with white tops, "T" bar type, with a welded or riveted anchor plate. Steel posts shall be manufactured from wrought, rail, or new billet steel, and shall have a minimum weight of 1.33 lb/lin ft. The anchor plates shall weigh a minimum of 0.67 pounds +5 percent, and be a minimum of 18 inch 2 in area. More than one contract award may be made under this solicitation. Estimated Delivery Date: On or before March 25, 2011 Packaging Requirements: Standard commercial practice. The delivery address is Bureau of Land Management, Shoshone Field Office, 400 West F Street, Shoshone, Idaho 83352. The FOB point shall be destination. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the Contractor and included in the unit price quoted for each item. The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52,212-2, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance, and price listed in descending order of importance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07 Central Contractor Registration; FAR 52-211-05 Materials Requirements; FAR 52.223-03 Alt. 1 Hazardous Material Identification and Material Safety Data; FAR 52.223-06 Drug-Free Workplace. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or completed copy of the FAR 52.212-3 clause must be submitted with the quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms. Offers are due at the above office by close of business Tuesday, January 11, 2011. Fax quotes will be accepted at (208) 373-3915. For additional information contact Patricia A. Fort, Contracting Officer at (208) 373-3910. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/ID/L11PS00082/listing.html)
 
Record
SN02352791-W 20110105/110103233604-576884cd6472a89478288fb980a39bf0 (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.