Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2006 FBO #1637
SOLICITATION NOTICE

96 -- Z-- CONCRETE SUPPLIES REQUIRED FOR THE SAN DIEGO BORDER PATROL.

Notice Date
5/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
327331 — Concrete Block and Brick Manufacturing
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-T-0104
 
Response Due
5/24/2006
 
Archive Date
7/23/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items or services 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 solicit ation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W9126G-06-T-0104, in accordance with FAR Parts 12 & 13. This solicitation document and inco rporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-09, Effective 19 Apr 2006 The North American Industrial Classification System (NAICS) number is 327331 and the business size standard is 500 EMPLOYEES. The proposed acquisition is 100 percent UNRESTRICTED, woman owned and service disabled veteran owned small businesses are encouraged to submit quotes. DESCRIPTION OF SUPPLIES: ***LINE ITEM SPECIFICATIONS*** LINE ITEM 0000: San Diego Border Infrastructure Phase I and Phase II Concrete- LINE ITEM 0001: 3500 PSI concrete 1 inch Rock (Boom Pump or Place), UOM: Cubic Yard, QTY 1,500 LINE ITEM 0001 UNIT PRICE @ $__________ TOTAL AMOUNT FOR LINE ITEM 0001 $_________. LINE ITEM 0002: Fuel Surcharge, UOM each, QTY 170, LINE ITEM 0002 UNIT PRICE @ $__________ TOTAL AMOUNT FOR LINE ITEM 0002 $_________. ****Provide Unit Costs only for Line Items 3, 4, and 5. These unit costs will be incorporated into the contract and be used if needed. Quantity to be determined  dependent on construction requirements. **** LINE ITEM 0003: Concrete Accelerator, UOM: Cubic Yard, LINE ITEM 0003 UNIT PRICE @ $__________ LINE ITEM 0003: TOTAL AMOUNT FOR LINE ITEM 0003 $_________. LINE ITEM 0004: Concrete Retarder, UOM: Cubic Yard, LINE ITEM 0004 UNIT PRICE @ $__________ LINE ITEM 0004: TOTAL AMOUNT FOR LINE ITEM 0004 $_________. LINE ITEM 0005: Escalation Fee, UOM: Cubic Yard, LINE ITEM 0005 UNIT PRICE @ $__________ LINE ITEM 0005: TOTAL AMOUNT FOR LINE ITEM 0005 $_________. (Items must comply with the Buy American Act: 50 percent of the cost of all components of the items, must be from domestic sources, and the item must be completely assembled in the United States. The FAR states that the United States means the 50 States, t he District of Columbia, and outlying areas. Delivery requirement: FOB for this RFQ is Destination. Delivery Address LINE ITEM 0001 thru 0005 To be delivered to: Point of Delivery is along the international border between Mexico and the United States from the Pacific Ocean eastward approximately 14 miles to a point approximately two miles east of the Otay Mesa Border Crossing. This is South of San Diego, Californi a. Point of Delivery POC: Ken Stewart  619-690-7732, Technical POC: Carl Anderson  619-690-7741 ***Hours of Delivery: Delivery of items shall be accomplished between the hours of 8:00 A.M. and 4:00 P.M., Monday through Friday, except as otherwise specified. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays. Quotations rec eived with FOB other than Destination will not be considered. Delivery date for this requirement is no later than (NLT) 12-June-2006. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and addendum as follows: Contractor shall submit their quote on company letterhead, provide solicitation number, name, address and telephone number of the offeror, unit pricing and an over all total price, cage code, DUNS number, size of business. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contrac t resulting from this solicitation to the responsive responsible offeror (offering the appropriate product as listed above) to the vendor offering affair and reasonable price, by the delivery date required herein. If all offe rors offer the same delivery date the government shall award to the lowest priced offeror. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Repre sentations and Certifications with its offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this: FAR 52.242-15, Stop-Work Order, DFARS 252.212-7000, DFARS 252.225-7000, FAR 52.252-2 Clauses In corporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a c lause may be accessed electronically at this/these address (es): http://farsite.hil.af.mil and http://ebs.swf.usace.army.mil/. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items appli es to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 9, 14, 15, 16, 17, 18, 19, 20, 26, and 32. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders appli cable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: DFARS 252.225-7001 Buy American Act - Balance of Payments Program Certificate. Offers must be received NLT Noon Central Standard Time, Thursday, 23 MAY 2006, at the US Army Corps of Engineers  Contracting Division, 819 Taylor Street  RM 2A19, Fort Worth, Texas 76102. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be faxed to the attention of Charlotte Harris, FAX/817.886.6403 or emailed to charlotte.harris@swf02.usace.army.mil. ***Submit all offers on company letterhead and include any terms an d conditions with bid packages. (End of Text)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, 2A19 (CHARLOTTE HARRIS) Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01054022-W 20060521/060519221156 (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.