|
COMMERCE BUSINESS DAILY ISSUE OF JULY 16,1997 PSA#188816th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt
Field, FL 32544-9190 54 -- PREFABRICATED, REUSABLE STEEL-PLY FORMING SYSTEMS FOR VERTICAL
AND HORIZONTAL CONCRETE POURS. SOL F08620-97-T4223 DUE 071797 POC Darla
J. Roberts, Contract Specialist, (904) 884-3261, or Gloria K. Dulin,
Contracting Officer, (904) 884-3272 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR 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 solicitation number is
F08620-97-T4223 and is issued as a Request for Quotation (RFQ). This
RFQ incorporates provisions and clauses as those in effect through
Federal Acquisition Circular Number 90-46. This requirement is 100%
set-aside for small business; the standard classification code is 3444;
small business size standard is 500 employees. SCHEDULE: The contractor
shall provide the following item: 1 each prefabricated, reusable
steel-ply forming system for vertical and horizontal concrete pours.
The following is a list of salient physical, functional, or other
characteristics which are essential to the needs of the Government;
this list is not intended to be all inclusive. A lightweight, steel
framed, plastic coated, plywood faced, modular panel forming system
designed for maximum flexibility and rough wear and tear. Forms must be
able to support a minimum of 2000 pounds per square foot that will
support pouring a 12' high by 1' thick wall in one placement. The
system can be hand set or gang formed. Forms must be compatible with
existing Symons steel-ply forming system. Quantities and sizes as
follows: 100 each 24" x 8' Steel Ply Panels; 20 each 18" x 8' Steel Ply
Fillers; 100 each 12" x 8' Steel Ply Fillers; 20 each 6" x 8' Steel Ply
Fillers; 100 each 24" x 4' Steel Ply Panels; 20 each 24" x 2' Steel Ply
Panels; 20 each 18" x 4' Steel Ply Fillers; 100 each 12" x 4' Steel Ply
Fillers; 20 each 6" x 4' Steel Ply Fillers; 325 each One-piece Waler
Clamps; 8 each 6" x 8' Inside Corners, 8 each 8' Outside Corners; 8
each 6" x 4' Inside Corners; 8 each 4' Outside Corners; 8 each 6" x 2'
Inside Corners; 8 each 2'' Outside Corners; 6000 each Wedge Bolts; 75
each J Strongback Hook 2x4 -- 2x4. New materials must be provided.
Quotations should include the manufacturer's name, brand, model, and/or
part numbers being offered to the Government. Quotations should also
include costs for FOB destination to Hurlburt Field, FL. Warranty
information to include period and coverage, shall be stated.
Availability/projected delivery time after receipt of order should be
provided. The following clauses and provisions are incorporated and
will remain in full force in any resultant contract: FAR 52.212-1,
Instructions to Offerors -- Commercial Items, is amended to read,
"Submit signed and dated offers to 16 CONS/LGCS, 350 Tully St., Mail
Stop #39, Hurlburt Field, FL, 32544-5825, at or before 4:30 pm, CST, 17
Jul 97. Offers must be signed and may be submitted on your company
letterhead or stationary, or your standard company quotation forms.";
FAR 52.212-2, Evaluation -- Commercial Items, is amended to read, "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 Government anticipates the award of a firm-fixed price
purchase order. The following factors (in descending order of
importance) shall be used to evaluate offers: (i) technical capability
of the item offered to meet the Government requirement; (ii) past
performance, including warranty repairs and repair response time, (iii)
delivery time, (iv) price (including FOB destination charges).
Quotations should be submitted in sufficient detail to be used in
evaluation of the offers. For evaluation of past performance, offerors
are required to submit information pertaining to previous sales to
other government activities or to private companies. Include contract
number, date of purchase, amount of purchase, and name/address/phone
number of purchaser. Failure to submit this information for evaluation
will result in subpar scoring in the applicable area of evaluation."
Offeror should include a completed copy of the provisions at FAR
52.212.3, Offeror Representations and Certifications -- Commercial
Items, with its offer. FAR 52.212-4, Contract Terms and Conditions --
Commercial Items, is incorporated by reference. FAR 52.215-5, Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders -- Commercial Items, is completed to incorporate the following
clauses by reference: 52.222-26, Equal Opportunity; 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans;
52.222 36, Affirmative Action for Handicapped Workers; 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era; 52.225-18, European Union Sanction for End Products; DFARS
252.225 7001, Buy American Act and Balance of Payments Program. FAR
52.211-5, New Material; FAR 52-211-6, Listing of Other Than New
Material, Residual Inventory, and Former Government Surplus Property;
and FAR 52-211-7, Other Than New Material, Residual Inventory, and
Former Government Surplus Property, are incorporated by reference. This
is a DO rated order with a program identification symbol of C3. All
questions concerning this RFQ must be submitted in writing, no
telephonic responses will be processed. Questions should be faxed to Ms
Darla Roberts and addressed to 16 CONS/LGCS at 904-884-5372 to arrive
not later than 17 Jul 97. (0192) Loren Data Corp. http://www.ld.com (SYN# 0374 19970716\54-0002.SOL)
54 - Prefabricated Structures and Scaffolding Index Page
|
|