Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2007 FBO #2007
SOLICITATION NOTICE

95 -- ALUMINUM PLATES - VARIOUS SIZES - 30 EACH.

Notice Date
5/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
331315 — Aluminum Sheet, Plate, and Foil Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0513
 
Response Due
5/31/2007
 
Archive Date
7/30/2007
 
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 acquistion is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-07-T-0513. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-12. The associated North American Industry Classification System (NAICS) Code is 331315 and the Business Size Standard is 750. The contractor shall provide the following: CLIN 0001 - ALU MINUM PLATE - 5083-H116 SIZE IS .250 IN X 72.000 IN X 144.000 IN - 6 EACH. CLIN 0002- ALUMINUM PLATE - 5083-H131; SIZE IS .500 IN X 72.000 IN X 120.000 IN - 6 EACH. CLIN 0003 - ALUMINUM PLATE - 5083-H131; SIZE IS .750 IN X 72.000 IN X 120.000 IN - 6 EAC H. CLIN 0004 - ALUMINUM PLATE - 5083-H131; SIZE IS 1.000 IN X 72.000 IN X 120.000 IN - 6 EACH. CLIN 0005 - ALUMINUM PLATE - 5083-H131; SIZE IS 1.500 IN X 72.000 IN X 120.000 IN - 6 EACH. CLIN 0006 - SHIPPING CHARGES/FREIGHT, FOB DESTINATION TO U.S. ARMY ATC, BUILDING 358 TOWER ROAD, APG, MD 21005. ACCEPTANCE SHALL BE AT DESTINATION. For technical questions please contact: James Baldwin at 410-306-1622, james.baldwin@atc.army.mil; Please contact the POC listed below if you have any further questions. NOTE: EXPEDITED DELIVERY IS A REQUIREMENT AND WILL BE A FACTOR IN EVALUATING QUOTES FOR THIS EFFORT BECAUSE THESE ITEMS ARE NEEDED ASAP TO MEET END USER REQUIREMENTS. In accordance with FAR 52,212-2 Evaluation - Commercial Items (Jan 1999), the contract will be awarded to Lowest Price Technically Acceptable (LPTA). The techinal evaluation will be a determination as to equality of the product and shall be based on infor mation furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation. To ensure sufficient information is available, vendors are request to provide descriptive material such as illustrations, drawings, or other information necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitat ion and will be most advantageous to the Government, price and other factors considered. The follwoing cluases will be incorporated by reference. 52.209-6 Protecting the Government's Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commercial 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 government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFAR 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 Commercial Items, applies to this acquisition. The following additional FAR claus es cited in this clause apre applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1. FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.221-2 1 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabbled Veterans, Veterans of the Vietnam Era, and other Eligile Veterans; FAR 2.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchase; FAR 52. 232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following addition al DFAR clauses cited in the clause 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; 252.225-7015 Preference for Domestic Hand or Measuring Tools; 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: httpL//far.hill.af.mil. and http://www.acquisition.gov/comp/far/index.html. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by Thursday, May 31, 2007 no later than 10:00 A. M. Eastern Daylight Savings Time at the U.S. Army Contracting Agency, SFCA-NR-APC-T (Irene Mancuso), 4118 Susquehanna Aven ue, 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 ww w.ccr.gove. For questions concerning this solicitation contact Irene Mancuso, Contracting Officer via fax (410)306-3889 or via email irene.mancuso@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
SN01302596-W 20070526/070524221215 (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.