SOLICITATION NOTICE
95 -- Metal Sheets and Rebar
- Notice Date
- 12/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331110
— Iron and Steel Mills and Ferroalloy Manufacturing
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R13T0102
- Response Due
- 12/26/2012
- Archive Date
- 2/16/2013
- Point of Contact
- Adrienne Egbers, 9283282687
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(adrienne.j.egbers@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, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-63, Effective 10 Dec 2012 and Defense Federal Regulation Supplement (DFARS), current to DPN 20121212 (Effective 12 Dec 2012) Edition. This solicitation is being issued as a request for quotation (RFQ) under solicitation number W9124R-13-T-0102, which will result in a single-award, firm fixed price contract. This action is being solicited as a 100% small business set aside. The North American Industry Classification System (NAICS) code is 331110 - Iron and Steel Mills, with a size standard of 1,000 employees. Items shall be delivered to the U.S. Army Yuma Proving Ground in Yuma, AZ 85365 on or before 09 January 2013, however the soonest possible delivery is desired and offerors shall propose their best delivery schedule. All quotes will be evaluated for delivery schedule, technical acceptability, and price. The Government reserves the right to award to other than the lowest offeror. Offerors proposing an earlier delivery date than 09 January 2013 may be given higher consideration. Shipping and taxes (if applicable) shall be incorporated into your proposed price. Award will be made on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award. In accordance with FAR 52.204-99 - System for Award Management Registration (DEVIATION) (Aug 2012) the Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract resulting from this solicitation. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM. The Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) website have been replaced with SAM as of 30 July 2012. Offerors shall provide sufficient technical literature to enable the Government to determine that the proposed item meets the minimum specifications of the items being solicited. Minimum specifications shall consist of the following under Contract Line Item Numbers (CLIN): CLIN 0001, Quantity: 56, Unit of Issue: Each, Description: Steel Plates - 1/2 quote mark x 96 quote mark x 240 quote mark Hot Roll A36 CLIN 0002, Quantity: 400, Unit of Issue: Each, Description: Steel Plates - 10 Gauge x 48 quote mark x 96 quote mark Hot Roll 1011 CLIN 0003, Quantity: 100, Unit of Issue: Each, Description: #5 Rebar - 5/8 quote mark x 20' A706 Weldable All quotes are due by 26 December 2012 12:00 PM Mountain Standard Time. All inquiries shall be clearly marked with solicitation W9124R-13-T-0102 and sent by email or by facsimile to 928-328-6849. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed items. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address, (2) POC with telephone and facsimile numbers and email address; (3) A completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. NOTE: If you have completed the annual representations and certifications in SAM, you do not need to provide a copy. (4) Proposed delivery schedule; (5) Sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements; (6) Proposed price to include any applicable freight. Arizona vendors are to include the Arizona Transaction Privilege Tax; and (7) Acknowledgment of Solicitation Amendments (if applicable). 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 offerors to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR Provisions: 52.212-1, Instructions to Offerors of Commercial items (Feb 2012) 52.212-3, Offeror Representations and Certifications Commercial Item (Dec 2012) with Alternate I (Apr 2011) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR Clauses Incorporated by Reference: 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) 52.247-34, FOB Destination (Nov 1991) FAR Clauses Incorporated by Full Text: 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Nov 2012) 52.252-2, Clauses Incorporated By Reference (Feb 1998) 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 (Aug 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post-Award Small Business Program Representation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 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) 52.222-50, Combat Trafficking in Persons (Feb 2009) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-34, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) The following DFARS Clauses and Provisions are incorporated by reference and apply to this acquisition: DFARS Provisions: 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) 252.225-7000 Buy American Act-- Balance of Payments Program Certificate (Jun 2012) DFARS Clauses Incorporated by Reference: 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS Clause Incorporated by Full Text: 252.211-7003, Item Identification and Validation (Jun 2011) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) 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 (Sep 2011) 252.225-7001, Buy American Act - Balance of Payments Program (Jun 2012) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alternate III (MAY 2002) MICC Local clauses Incorporated by Full Text: 5152.233-4000, HQ AMC Level Protest Program (Sep 2011) Attachments: Attachment 1 - FAR 52.204-99 (Deviation) SAM Attachment 2 - DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1afc455843623559a797dfb09b0b2f32)
- Place of Performance
- Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02950910-W 20121220/121218234233-1afc455843623559a797dfb09b0b2f32 (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 |