Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2009 FBO #2669
SOLICITATION NOTICE

54 -- COMPACT BRIDGE SYSTEM AND RELATED TOOLS AND JACKS

Notice Date
3/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia Pacific Region - Regional Procurement Office, 440 Fuller Way, Building 280, Pearl Harbor, Hawaii, 96860-4967
 
ZIP Code
96860-4967
 
Solicitation Number
21816603
 
Point of Contact
PAUL CUNANAN,, Phone: 808-474-2986, Paul Cunanan,, Phone: 808-474-2986
 
E-Mail Address
paul.cunanan@dla.mil, paul.cunanan@dla.mil
 
Small Business Set-Aside
N/A
 
Description
The Defense Supply Center Philadelphia, Pacific Region (DSCPP) intends to award a Sole Source contract to Mabey Bridge & Shores, Inc. for the purchase of compact bridge system and related components/parts. The applicable statutory authority permitting other than full and open competition is the test program for commercial items, Section 4202 of the Clinger-Cohen Act of 1996. The sole source is based on compatibility purposes for the existing Mabey Bridge system and only one responsible source will satisfy agency requirements. The Government will perform installation of the bridge system upon delivery to the site. Because, this is a sole source acquisition, this notice of intent is not a request for competitive proposals or a solicitation of offers. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. (ii) The solicitation is issued as a request for proposal (RFP). (iii) The purchase request number is 21816603. This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30 and DFARS Change Notice (DCN) 20090115. (iv) This solicitation is unrestricted. The NAICS code for this requirement is 332312, Fabricated Structural Metal Manufacturing. (v) The requirement: 1 Ea Compact Bridge System and related tools and jacks, including shipping, handling, and delivery to Republic of Kiribati Island. 0001 – 1 Ea Compact Bridge System and related tools/jacks plus shipping/handling/delivery/freight to Republic of Kiribati Island: $___________ (FOB Point: Destination) Note: Provide price breakout as follows: Bridge System: $______________________ Tools/Jacks: $________________________ Shipping/Handling/Delivery: $____________ Grand Total for this acquisition: $_________ (vi) Description of the requirement: Total length – 200 ft (61m); No. of spans – 2 qty spans; Spans lengths – 100 ft each long (30.5m); Roadway width- 10.3 ft (3.15m); Live loading – HS-20; Deck surface – Checkerplate steel; Other details – intermediate support by others. Include all structural components necessary to construct the bridge, including bolts, pins, and bearings; steel decks with checker plate surface; submittal for the bridge with Professional Engineering (PE) Stamp for the state of Maryland, including GA Drawings, Abutment, Geometry Drawing and calculations for the bridge; the supply of launch equipment. (vii) Date and place of delivery and acceptance: 1 Jul 2009 to Republic of Kiribati Island, FOB: Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Additionally, the following DFARS provisions apply: DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and DFARS 252.225-7000. Buy American Act--Balance of Payments Program Certificate. (x) FAR Clause 52.2124, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xi) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, paragraphs (a), (d) and (e) apply to this acquisition. Additionally under this clause in paragraph (b), the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. For paragraph (c), no FAR Clauses apply to this acquisition. Further, DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. For paragraph (a), 52.203-3, Gratuities applies to this acquisition; for paragraph (b) the following clauses apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. Paragraph (c), applies to this acquisition. (xii) The following additional FAR, DFARS, and DLAD clauses (by reference) apply to this acquisition: 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.232-17, Interest; 52.242-13, Bankruptcy; 52.242-15, Stop-Work Order; 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.225-7002, Compliance with Local Labor Laws (Overseas); 252.232-7010, Levies on Contract Payments; and DLAD 52.212-9000, Changes – Military Readiness. (xiii) The date, time, and place for receipt of offer is due on 19 March 2009 by 1400 hours Hawaii Standard Time at Defense Supply Center Philadelphia Pacific, Regional Procurement Office, 440 Fuller Way, Bldg 280, Pearl Harbor, Hawaii 96860-4967. Offer may be also be submitted by e-mail to Contracting Officer, Paul.Cunanan@dla.mil. (xiv) The name and telephone number of the individual to contact for information regarding the acquisition: Paul S. Cunanan, Contracting Officer, 440 Fuller Way, Building 280, Pearl Harbor, Hawaii 96860-4967, Telephone no. 808-474-2986, email: paul.cunanan@dla.mil. (xv) To obtain copies of the FAR, DFARS, and DLAD Clauses referenced above, log on to the website: http://farsite.hill.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4ba0419f801dc92ecd405a494940cb00&tab=core&_cview=1)
 
Place of Performance
Address: REPUBLIC OF KIRIBATI ISLAND, Kiribati
 
Record
SN01769623-W 20090318/090316214452-4ba0419f801dc92ecd405a494940cb00 (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.