Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
SOLICITATION NOTICE

69 -- FABRICATE CONCRETE TRAINING BLOCKS

Notice Date
8/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K3G21430002
 
Response Due
8/23/2012
 
Archive Date
10/22/2012
 
Point of Contact
J.D. Warby, 801-432-4145
 
E-Mail Address
USPFO for Utah
(jd.warby@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 for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W67K3G21430002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 327390 with a small business size standard of 500 employees. The USPFO for UTAH requires ten (10) total Concrete (Reinforced) Training Blocks. The training blocks will be utilized to replicate external sling load operations. Blocks shall be fabricated to provide specific weights as follow: Four (4) each 2,100 lb blocks Four (4) each 4,000 lb blocks Two (2) each 6,000 lb blocks Quality assurance and load testing for all ten (10) blocks After successful completion of quality assurance load testing, all blocks are to be delivered to Army Aviation Support Facility West Jordan UT, 84088 Attachments specific to this fabrication are attached. The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offeror's capability to provide a technically acceptable product that meets the Government's needs; (2) Total cost or price; (3). Past performance, caliber of offeror's performance on previous contracts of a similar nature. Quotes are due NLT 7:00 am MST 23 August 2012 to include shipping and installation costs to 84065, expected delivery date, DUNS Number, Cage Code, Tax ID and business size. Quotes may be mailed to: USPFO for Utah, Attention J. D. Warby, 12953 South Minuteman Drive, Draper, UT 84020-9286 or e-mailed to jd.warby@us.army.mil; facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vffara.htm and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vfdfara.htm. The clauses are to remain in full force in any resultant contract. Response from vendors is required, if applicable, to the following: FAR 52.204-2 Alt II Security Requirements FAR 52.204-7 Central Contractor Registration; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-2 Evaluation--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; 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. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (b) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; (c) FAR 52.219-28 Post-Award Small Business Program Representation; (d) FAR 52.222-3 Convict Labor; (e) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (f) FAR 52.222-21 Prohibition of Segregated Facilities; (g) FAR 52.222-26 Equal Opportunity; (h) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (i) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; (j) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (k) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law For Breach Of Contract Claim; FAR 237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (c) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments; DFARS 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments; DFARS 252.232-7010 Levies of Contract Payments; Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Bid MUST be good for 30 days after submission. FOB Destination: Army Aviation Support Facility West Jordan UT 84084
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K3G21430002/listing.html)
 
Place of Performance
Address: AASF 7602 S Airport Road West Jordan UT
Zip Code: 84084
 
Record
SN02830048-W 20120809/120808000843-e37e55d12436957a362b6ca83070b57a (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.