Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOLICITATION NOTICE

47 -- Air Diffuser Bubbler Piping

Notice Date
8/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331210 — Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, St. Paul, US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-09-T-0071
 
Response Due
8/26/2009
 
Archive Date
10/25/2009
 
Point of Contact
Lisa A. Draves, 651-290-5614<br />
 
E-Mail Address
US Army Engineer District, St. Paul
(lisa.a.draves@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. The U.S. Army Corps of Engineers (USACE) St. Paul District intends to award a Firm Fixed price Contract. This requirement consists of supplying stainless steel pipe, fittings, couplings, and rubber check valves for a lock and dam air bubbler system. The solicitation number W912ES-09-T-0071 will be issued in accordance with FAR Part 12 and evaluated in accordance with FAR Part 13. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35. This requirement is 100 percent set aside for small business concerns. The associated North American Industrial Classification (NAICS) code is 331210 and the business size standard is 1000 employees. This requirement consists of 16 CLINs: 0001 -- Pipe, Schedule 10, 304 Stainless Steel; 0002 -- Pipe, Schedule 40, 304 Stainless Steel; 0003 -- Couplings, 316 Stainless Steel; 0004 -- Elbows, 45 degree, Schedule 10, 316 Stainless Steel; 0005 -- Elbows, 90 Degree, Schedule 10, 316 Stainless Steel; 0006 -- Tees, Schedule 10, 316 stainless steel; 0007 -- Caps, Schedule 10, 316 Stainless Steel; 0008 -- Reducers, Schedule 10, 316 Stainless Steel; 0009 -- Off Set Clamps, 316 Stainless Steel; 0010 -- Expansion Anchors, 316 Stainless Steel, inch x 6.5 inch; 0011 -- U-Bolts, 316 Stainless Steel, for 2 inch pipe, including spacers, washers, and nuts; 0012 -- U-Bolts, 316 Stainless Steel, for 2 1/2 inch pipe, including spacers, washers, and nuts; 0013 -- Threadolets, 304 Stainless Steel, inch outlet, 2.5 inch to 2 inch pipe run, 3000# welded over drilled holes (includes spares); 0014 -- Pipe Nipples, 304 Stainless Steel, inch x 3, Schedule 40, one end threaded, one end plain attached at factory and factory banded to rubber check valves; 0015 -- Rubber Check Valves for inch, Schedule 40 stainless steel pipe factory banded to pipe nipple with 316 stainless steel clamp; 0016 -- Air Hose with schedule 40, 316 stainless steel cut groove ends. CLIN and subCLIN descriptions, sizes and quantities of the required contract supply work items are specified in the solicitation and Scope of Work. Deliverables and acceptance of deliverables will be FOB Destination to Minnesota City, Minnesota 55959. All piping, fittings, and components must be delivered by 20 November 2009. This synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hil.af.mil/. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following text is added to paragraph (1) of FAR 52.212-2, Evaluation Commercial Items: (i) technical capability of the offeror to provide items that meet the governments requirement; (ii) past performance; and (iii) price. All evaluation factors other than cost and price, when combined are approximately equal to price. Additional instructions are provided in 52.212-2 of the solicitation. The provisions at 52.212-3 (Alt I), Offeror Representations and Certifications Commercial Items; 52.219-1, Small Business Program Representations; and 52.225-18, Place of Manufacture, apply to this acquisition. Offerors shall submit a completed copy of these provisions and/or proper ORCA certifications. The Online Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov. The provisions at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items; and 252.225-7000, Buy American Act Balance of Payments Program Certificate apply to this acquisition. Offers shall submit a completed copy of these provisions. The clauses at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. 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 clauses identified in 52.212-5 are considered applicable to this acquisition: 52.203-6, 52.219-8, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33, 52.233-3, 52.233-4, and 52.222-50. Additional FAR and Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.203-3, 52.204-4, 52.204-7,52.223-11,52.223-14, 52.247-34,52.252-1, 52.252-2, and DFARS 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003, 252.204-7004 (Alt A), 252.204-7006, 252.209-7001, 252.209-7004, 252.211-7003, 252.212-7001, 252.216-7000, 252.216-7001, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7014, 252.225-7030, 252.227-7015, 252.227-7037, 252.232-7003, 252.232-7010, 252.236-7013, 252.243-7001, 252.243-7002, 252.247-7023. Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. Numbered Note 1 applies to this acquisition. All responsible sources that can meet the requirements may respond to this solicitation. Offerors must submit the following to be considered responsible and have a complete quote: (1) a completed Standard Form 1449 with pricing information for each ITEM and acknowledgement of any Amendments; (2) three references of sales of custom manufactured stainless steel products in accordance with 52.212-2; (3) past performance information as instructed in 52.212-2 of the solicitation; (4) completed copies of the provisions at FAR 52.213-3, 52.219-1, 52.223-13, and 52.225-18 or indicate if representations and certifications have been completed electronically via the ORCA website at http://orca.bpn.gov; (5) completed copies of the provisions at DFARS 252.225-7000 and 252.247-7022. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Offers are due no later than 03:30 p.m. (CST) on 26 August 2009. Interested sources may contact Lisa Draves at lisa.a.draves@usace.army.mil for a copy of the solicitation (SF 1449) and Scope of Work. The solicitation package (SF 1449 and SOW) is also attached to this Notice. Offers may be submitted electronically to lisa.a.draves@usace.army.mil, by facsimile (attn: Lisa Draves, 651-290-5706), or mail to U.S. Army Corps of Engineers, St. Paul District, Attn: Lisa Draves, Contracting Division, 190 5th Street East, Suite 401, St. Paul, MN 55101-1638. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Responses and questions are to be emailed to Lisa Draves at lisa.a.draves@usace.army.mil. Alternate POC: Tina Guillot, Contracting Officer, email: tina.a.guillot@usace.army.mil. Telephonic inquiries will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-T-0071/listing.html)
 
Place of Performance
Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN<br />
Zip Code: 55101-1638<br />
 
Record
SN01907773-W 20090813/090812001526-98374ed57979b58a680520d355eb02cb (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.