Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2004 FBO #1029
SOLICITATION NOTICE

95 -- STEEL PLATES AND STEEL BEAMS

Notice Date
9/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0811
 
Response Due
9/23/2004
 
Archive Date
11/22/2004
 
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 acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-04-T-0811. This solicitation document and incorporated provisions and clau ses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 331210 and the Business Size Standard is 1000. The contractor shall provide the following: Clin 0001 St eel Plate Qty 3 Material Type HSLA-80 Thickness 0.375 Width 96 Length 240. Clin 0002 Steel Plate Qty 1 Material Type HSLA-80 Thickness 0.375 Width 96 Length 144. Clin 0003 Steel Plate Qty 12 Material Type HSLA-80 Thickness .0875 Width 96 Length 120. Cli n 0004 Steel Plate Qty 2 Material Type HSLA-100 Thickness 0.750 Width 96 Length 144. Clin 0005 Qty 3 Material Type HSLA-100 Thickness 1.500 Width 96 Length 192. Clin 0006 Steel Plate Qty 3 Material Type HSLA-100 Thickness 1.750 Width 96 Length 240. Clin 0007 Qty 2 Material Type HSLA-100 Thickness 2.000 Width 96 Lenth 192. Clin 0008 Steel Plate Qty 1 Material Type HSLA-100 Thickness 2.750 Width 96 Lenth 144. Clin 0009 Qty 2 Steel Plate Material Type HSLA-100 Thickness 3.750 Width 96 Length 192. Clin 0010 Steel Plate Qty 1 Material Type HSLA-100 Thickness 3.750 Width 96 Length 240. Clin 0011 Steel Plate Qty 1 Material Type HSLA-100 Thickness 4.500 Width 96 Length 192. Clin 0012 Steel Beam Qty 50 Material Type A-36 Designation W5 inch x 16# Length 480 inch. Clin 0013 Ssteel Beam Qty 3 Material Type A-36 Designation W10 inch x 19# Length 96 inch. Clin 0014 Steel Beam Qty 6 Material Type A-36 Designation W12 inch x 35# Length 96 inch. Acceptance shall be at Destination. Shipping shall be FOB Destinat ion. Delivery shall be to the U.S. Army Aberdeen Proving Ground, Md 21010. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for d ebarment. 52.212-4 Contract Terms and ConditionsCommerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination, The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52. 212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and Past Performance when combined ar e significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. Past performance will be evaluated based on information provided by the offeror as to a ctual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedules, warranty, and support. The government will award a contract to the offeror whose offer conf orms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Of feror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercia l Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sale s to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer ), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Proh ibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative A ction For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Cent ral Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the cla use 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7014 Preference fo Domestic Specialty Metal , 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax September 23, 2004 no later than 3:30 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletche r, Contract Specialist via fax (410)306-3717, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00676568-W 20040920/040918211614 (fbodaily.com)
 
Source
FedBizOpps.gov 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.