|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1998 PSA#2156USPFO FOR MICHIGAN, CONTRACTING OFFICE, 3111 W. ST. JOSEPH ST., LANSING
MI 48913 99 -- BLAST MATS 16' X 20' X 4" TO PREVENT DAMAGE TO CONCRETE APRON ON
A MULTI-PURPOSE RANGE COMPLEX. SOL DAHA20-98-T-0018 DUE 082598 POC
Purchasing Agent Kris Sharp-Thelen, Purch Agent (517) 483-5707 (Site
Code W56LS9) 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 DAHA20-98-t-0018 and is issued as a Request for
Quotation(RFQ). The RFQ incorporates provisions and clauses as those in
effect through Federal Acquisition Circular Number 97-015 and Defense
Acquisition Circular 91-13. This solicitation is 100% set aside for
small business. The standard industrial classification code is 3069
with small business size standard of 500 employees or less. Description
of requirement: CLIN 0001, Blast mats. Blast mats shall be constructed
of recycled automobile tire treads and sidewalls bound together with
5/8-inch diameter steel cored cable. Each mat shall be 16'x20'x4" in
size. Mats shall consist of strips of tire sidewall material
approximately 4" wide and 24" long punched near each end through which
cables are passed. Alternating ends of tire material shall be linked
utilizing cables to assemble a continuous chain of material forming a
mat sized as indicated. Tire tread reinforcing strips approximately 4"
wide and 48" long shall be placed at approximately four feet on center
and at each end. The ends of cable runs shall be clamped to maintain a
tight structure and each loop shall be double clamped to assure
continuity, and provide a method of lifting and placing mats. Minimum
weight shall be 20 pounds per square foot. Qualifying offers will meet
the stated specifications and be accompanied by completed provisions
at 52.212-3 and 252.225-7000. the following Federal Acquisition
Regulations (FAR) provisions and clauses apply to this solicitation:
52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2,
Clauses Incorporated by Reference; 52.211-16, Variation In Quantity
(the permissible variation shall be limited to 0% increase and 0%
decrease, this increase/decrease applies to each line item;
252.211-7003, Brand Name or Equal; 52.212-1, Instructions to
Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items
(Evaluation factors being, price, delivery, prior performance, and the
ability to meet Government requirements with each being equally
considered in the evaluation process); 52.212-3, Offeror Representation
and Certifications-Commercial Items; 52.212-4, Contract Terms and
Conditions- Commercial Items; 52.216-19, Order Limitation; 52.219-6,
Notice of Total Small Business Set-Aside. FAR 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, applies to this solicitation-the following
additional clauses cited with the clause by reference apply: 52.222-3,
Convict Labor; 52.233-3, Protest After Award; 52.222-26; Equal
Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers
with Disabilities; 52.222-37, Employment Reports on Disabled Veterans
and Veterans of the Vietnam Era, and 52.225-18, European Union
Sanction for End Products. The following Defense Federal Acquisition
Regulations Supplement (DFARS) provisions and clauses apply to this
solicitation; 52.225-7000, Buy American Act-Balance of Payments Program
Certificate; and 52.225-7001, Buy American Act and Balance of Payments
Program. Copy of provisions and clauses are available at
http//farsite.hill.af.mil. Successful offeror must: (1) Provide
customer trade and financial reference, (2) Allow for payment via
Electronic Funds Transfer (EFT). The Government reserves the right to
reject any delivery that does not meet specifications. Completed
quotation may be faxed to 517-483-5900 or mailed to USPFO For Michigan,
Attn: Kris Sharp-Thelen, 3111 W St. Joseph Street, Lansing, MI
48913-5102 to reach destination not later than 04:30 p.m. eastern
daylight savings time on August 25 1998. Inquiries may be made to USPFO
For Michigan, Attn: Kris Sharp-Thelen, 517-483-5707 or 517-483-5901.
Posted 08/07/98 (I-SN234263). (0219) Loren Data Corp. http://www.ld.com (SYN# 0408 19980811\99-0001.SOL)
99 - Miscellaneous Index Page
|
|