SOLICITATION NOTICE
54 -- RECOVERY--54--Furnish and deliver six (6) each 12 foot x 12 foot steel picnic shelters to the Harry S. Truman Maintenance Building, 29960 W Dam Access Road, Warsaw, MO 65355
- Notice Date
- 7/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-09-T-0104
- Response Due
- 7/28/2009
- Archive Date
- 9/26/2009
- Point of Contact
- margie.slavens, 660-438-7317<br />
- E-Mail Address
-
US Army Engineer District, Kansas City
(margie.a.slavens@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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 solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-31 and Defense Federal Acquisition Regulation Supplement 20090115. The government intends to compete a firm-fixed price procurement that is set-aside for small business under NAICS code 332311 with a size standard of 500 employees. Quotes in response to this solicitation must be signed and dated and submitted no later than 10:00 a.m. CST, July 28, 2009. Quotes may be submitted via hardcopy, to the address below, by email to Margie.A.Slavens@usace.army.mil or by facsimile to (660) 438-7815. Vendors are responsible for verifying the receipt of any quotes submitted by fax or email. In order to assure that you quote is received, you can contact Margie Slavens at 816-389-3606. Any contract resulting will be firm fixed price (FFP) supply contract. Delivery shall be no later than 11 December 2009. Please note that vendors must be currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). Additionally there are some unique reporting requirements relevant to the use of ARRA funds (see FAR 52.204-11) Offerors are responsible for understanding the provisions and clauses incorporated in this solicitation. These clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. Technical Point of Contact - Tammy Gilmore 816-389-3573. Contractual Point of Contact - Margie Slavens 816-389-3606. Utilizing funds from the American Recovery and Reinvestment Act (ARRA), this solicitation is for the procurement to furnish and deliver the following: Six each Steel Picnic Shelter to be delivered to the Harry S. Truman Project, 29960 W. Dam Access Road, Warsaw, MO 65355. "12 foot X 12 foot steel structure complete with all components, detailed installation instructions and assembly drawings. "Structure must be pre-drill for easy installation. "Steel structure will be cleaned after all welding and fabrication. Cleaned area shall be sprayed with an alkaline cleaner/phosphatizer, rinsed with ambient water, and a final rinse with a chemical sealer. "Steel structure will be coated with an anti-graffiti powder coat finish. Finish must conform to AAMA 2604-2 or equivalent. "Posts and rafters manufactured from 3/16 inch 6 inch square steel tubing. Posts must contain a single concealed anchor bolt hole in the base for installation on a concrete pad. "Purlins: Steel tube with factory welded end brackets. Must conform to ASTM A500, or equivalent. "Plates, Braces, Brackets and Blocks- manufactured from inch steel. Must conform to ASTM A36, or equivalent. "Tubing - manufactured from 3/16 inch - 6 inch square steel tubing. Must conform to ASTM A500, or equivalent. "Gutter facia and trim facia shall be aluminum alloy 6063-T5 or 3003-H14 or equilvant. "Fasteners Steel bolts, nuts and washers must be supplied for all shelters. All must confirm to ASTM A325 or ASTM A449 or equivalent and be hot dipped-galvanized. "Roof Four-sided hip aluminum roof. Roll formed structural roof panels: 24 inch wide, W-shaped 2 ; deep ribs on 8 inch centers, watertight snap-lock connections "Fascia Aluminum alloy extruded gutter, trim fascia, and ridge cap to be included. "Fascia Fasteners Zinc plated washer head screws must be included for fastening fascia and roof panels. "Color decide on at the time of award. Contract Line Item Numbers (CLINS) CLIN 0001: Furnish and Deliver Six (6) each Steel 12 foot x 12 foot picnic shelters to the Harry S. Truman Maintenance Building, 29960 W Dam Access Road, Warsaw, MO 65355 CLIN 0002: Delivery Charge Ship to the Harry S. Truman Maintenance Yard, Warsaw, Missouri. Quote Sheet provided as an attachment under additional documentation. The following FAR provisions and clauses apply to this solicitation, are incorporated by reference, and will be incorporated into any contract resulting from this notice: 52.204-7, Central Contractor Registration (Apr 2008) 52.204-8, Annual Representations and Certifications (Feb 2009) 52.204-11, American Recovery and Reinvestment Act Reporting Requirements (Mar 2009) 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certification Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.214-13, Electronic Bid Submission 52.225-1, Buy American Act - Supplies 52.225-2, Buy American Act Certificate 52.225-3, Buy American Act Free Trade Agreement Israeli Trade Act. 52.232-18, Availability of Funds 52.244-6, Subcontracts for Commercial Items (MAR 2009) 52.212-5, Alt II Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following clauses are checked as being applicable in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements IMPORTANT -- The contractor must file quarterly reports during the term of any contract resulting from this notice. It is suggested this clause be read in its entirety. 52.219-6, Notice to Total Small Business Set Aside 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) QUESTIONS: Please direct contractual questions to Margie.A.Slavens@usace.army.mil. Please direct technical questions to Tammy.G.Gilmore@usace.army.mil. TO QUOTE: At a minimum, responsible sources shall provide the following: * A signed quote sheet for ALL ITEMS * Duns #
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-T-0104/listing.html)
- Place of Performance
- Address: US Army Engineer District, Kansas City, Harry S. Truman Project Office 15968 Truman Road Warsaw MO<br />
- Zip Code: 65355<br />
- Zip Code: 65355<br />
- Record
- SN01870656-W 20090711/090710000434-4c3d7bdec97c6fa516f53e0e4b9e6e3c (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 |