MODIFICATION
55 -- Lumber and Plywood Sheathing
- Notice Date
- 6/28/2012
- Notice Type
- Modification/Amendment
- NAICS
- 321912
— Cut Stock, Resawing Lumber, and Planing
- Contracting Office
- MICC - Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
- ZIP Code
- 13602-5220
- Solicitation Number
- W911S2-12-T-0004
- Response Due
- 6/29/2012
- Archive Date
- 8/28/2012
- Point of Contact
- Andrew Cranford, 3157723048
- E-Mail Address
-
MICC - Fort Drum
(drew.cranford@us.army.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 and 13.106, and 19.502 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911S2-12-T-0004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. Fort Drum intends to award a firm-fixed-price contract for Lumber and Delivery. The requirement will be for full and open competition restricted to Small Business under NAICS code 321912 with a size standard of 500 Employees. The delivery date is 16 July 2012. The contractor shall enter the total amount in the area provided for each CLIN. CLIN 0001: 1 / 2 inch Plywood sheathing to be delivered to Ft. Drum, New York. The contractor shall provide all labor, material and equipment necessary to deliver the Plywood for the dates provided. The quantity in this line item represents the total dollar value offered to include any associated delivery charges. QTY UNIT PRICE TOTAL _700____EA. _________ = $_____________ CLIN 0002: 4x4x8 Pressure Treated to be delivered to Ft. Drum, New York. The contractor shall provide all labor, material and equipment necessary to deliver the pressure treated lumber for the dates provided. The quantity in this line item represents the total dollar value offered to include any associated delivery charges. QTY UNIT PRICE TOTAL __1400____EA. _________ = $_____________ CLIN 0003: 2x4x8 Lumber (Pine) to be delivered to Ft. Drum, New York. The contractor shall provide all labor, material and equipment necessary to deliver the pressure treated lumber for the dates provided. The quantity in this line item represents the total dollar value offered to include any associated delivery charges. QTY UNIT PRICE TOTAL __1800____EA. _________ = $_____________ CLIN 0004: 3 / 4 inch Plywood sheathing to be delivered to Ft. Drum, New York. The contractor shall provide all labor, material and equipment necessary to deliver the Plywood for the dates provided. The quantity in this line item represents the total dollar value offered to include any associated delivery charges. QTY UNIT PRICE TOTAL __1400____EA. _________ = $_____________ The following FAR and DFARS provisions and clauses are hereby incorporated into this solicitation: 52.204-7, Central Contractor Registration; 52.204-10 (Reporting Executive Compensation and first-tier subcontract awards); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications-Commercial Items Alt 1; 52.212-4 (Contract Terms and Conditions - Commercial Items); 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child Labor - Cooperation With Authorities and Remedies), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-41 Service Contract Act; 52.222-42 Statement of Equivalent Rates for Federal Hires Heavy Equipment Mechanic Wage Grade 10 step 2- base pay: $21.56 Benefits: $7.82, 52.222-50 (Combat Trafficking in Persons); 52.223-14 (Toxic Chemical Releasing),52.223-18 (Ban on texting and driving); 52.225-13 (Restrictions on Certain Foreign Purchases); 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration), 52.252-2 (Clauses Incorporated by Reference), 252.203-7000 (Req. relating to comp. of former DOD officials), 252.201-7000 Contracting Officer's Representative; 252.204-7004 Alternate A (Central Contractor Registration); 252.211-7003 Item Identification and Valuation; 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252-225-7002 (Qualifying Sources as Subcontractors), 252.232-7003 (Electronic Submission of Payment Requests), 252.232-7010 (Levies on Contract Payments),252.243-7001 (Pricing of Contract Modifications) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: PRICE and DELIVERY The following AFARS clauses are applicable to this acquisition. AMC-LEVEL PROTEST PROGRAM (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 33.10. 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 Material 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 or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp.If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database and must have a current Online Representations and Certifications Application (ORCA). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Drew Cranford, Contract Specialist, via email drew.cranford@us.army.mil. All questions or inquiries must be submitted in writing no later than 04:30 p.m. Eastern Time on 29 June 2012. No phone calls will be accepted. Any amendment to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 04:00 p.m. Eastern Time on 29 June 2012. Quotes may be e-mailed to drew.cranford@us.army.mil. An official authorized to bind your company shall sign the quote. All quotes shall reference and acknowledge all amendments posted to this solicitation, if applicable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d515dc02685dc102342120edb76f08db)
- Place of Performance
- Address: MICC - Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
- Zip Code: 13602-5220
- Zip Code: 13602-5220
- Record
- SN02789525-W 20120630/120628235855-d515dc02685dc102342120edb76f08db (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 |