Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2015 FBO #4964
SOLICITATION NOTICE

22 -- Track Rail Kits for Camp Shelby Range Control Targets

Notice Date
6/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331110 — Iron and Steel Mills and Ferroalloy Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-15-T-0018
 
Response Due
7/1/2015
 
Archive Date
8/24/2015
 
Point of Contact
Adam Austin, 6013131557
 
E-Mail Address
USPFO for Mississippi
(adam.austin2@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 number is W9127Q-15-T-0018 is issued as Request for Quotes. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-74 effective 1 Jul 2014. This solicitation is 100% small business set aside and restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) 331110 and the Small Business Standard is 1000 employees. All responsible sources may submit a quote, which if received timely, will be considered by the USPFO-MS Purchasing and Contracting Office. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the Offeror's responsibility to ensure their quote meets all the requirements identified herein. It is the responsibility of the interested parties to review this site frequently for any updates/amendments to this solicitation. Quote shall include: CLIN 0001: 76 each, 25# ASCE Rail New 30' 2X4 CLIN 0002: 2 each, 25# ASCE Rail New 8.34' 2X4 CLIN0003: 76 pair, 25# ASCE Joint Bars New 4X4X4 CLIN0004: 6 keg, Track Spikes (100# Keg) CLIN0005: 300 each, Grade 3 New Wood Ties 6X8X8-6 CLIN0006: 1 each-Shipping (Zip code 39407) All offerors must include Fed Tax ID #, CAGE and DUNS Number. Include all applicable fees, including DELIVERY; Warranty information; and ESTIMATED DELIVERY TIME. Prices quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The following FAR provisions apply: FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; DFAR 252.203-7000-Requirements Relating to Compensation of Former DoD Officials FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items. Applicable FAR Clauses cited within 52.212-5 are as follows: 52.203-6-Restrictions on Subcontractor Sales to the Government; 52.204-10-Reporting Subcontract Awards.; 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-36, Affirmative Action for Workers with Disabilities; Full text of these clauses may be accessed on-line at http://farsite.hill.af.mil/vffara.html. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. This announcement is the solicitation which will result in a firm fixed-price contract. Proposals are due no later than 4:30 p.m., CST, 1 July 2015. Submit quotes via email or fax to SGT Adam Austin, adam.n.austin.mil@mail.mil or 601-313-1557; mail to: USPFO-MS-PC, Attn: SGT Adam Austin, 144 Military Drive, Flowood, MS 39232-8861. Questions may also be directed to SGT Adam Austin in writing, via email, to the above mentioned e-mail address NLT two days prior to date of RFQ closing. Any questions received after 29 June 2015, will not receive a response. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to SGT Adam Austin, adam.n.austin.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-15-T-0018/listing.html)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
 
Record
SN03776220-W 20150627/150625235346-efb661d709f06cb5b0b58e3c0e7a818b (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.