SOLICITATION NOTICE
96 -- Steel for Gauging Stations
- Notice Date
- 6/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation - LC - Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364
- ZIP Code
- 85364
- Solicitation Number
- R10PS34194
- Response Due
- 7/16/2010
- Archive Date
- 6/30/2011
- Point of Contact
- Jacqueline Carrera, (928) 343-8217 Contract Specialist 9283438217 jcarrera@usbr.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- 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. The Request for Quotation number is R10PS34194 and this announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This procurement is 100 percent set aside for small business concerns; however, large businesses are encouraged to submit quotes, in the event the contracting officer receives no acceptable offers from small business concerns, the small business set-aside will be withdrawn and the requirement, if still valid, will be converted to full and open. The associated North American Industrial Code System code for this solicitation is 331111 and the Small Business Size Standard is 500 Employees. Quotations shall include, pricing for items, the company Tax Information Number (TIN) and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The Bureau of Reclamation, Lower Colorado Region, Yuma Area Office, Yuma, Arizona has a requirement for the purchase of I-Beams, Pipe, and Galvanized Bar Grating of multiple sizes and standards. All items must meet the Buy American Act, no deviations will be accepted. These items will be used to install gauging stations. ITEM DESCRIPTION CLIN NO. 0001, I-Beams, Steel 10W x 19 x 30' Unit Price: $________; Total Extended Price $________Quantity: 4 EA CLIN NO. 0002, I-Beams, Steel 10W x 19 x 40' Unit Price: $________; Total Extended Price $________Quantity: 4 EA CLIN NO. 0003, I-Beams, Steel 10W x 19 x 12' Unit Price: $________; Total Extended Price $________Quantity: 2 EA CLIN NO. 0004, Pipe, Steel, Schedule 80, 6" x 20' Quantity: 16 EAUnit Price: $________; Total Extended Price $________ CLIN NO. 0005, Bar, Galvanized Grating, 1-1/4" x " x 20', 3'wideQuantity: 6 EAUnit Price: $________; Total Extended Price $________ CLIN NO. 0006, Bar, Galvanized Grating, 1-1/4" x " x 10', 3'wideQuantity: 2 EAUnit Price: $________; Total Extended Price $________ All Items are to be delivered on or before August 27, 2010 Effective as of October 1, 2003, prospective vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. The following information is required to register: (1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); (2) DUNS Number or Cage Code; (3) Telephone Number; (4) E-mail addresses. Those registering are responsible for the accuracy of the information. All notification of changes to this solicitation shall be made through the internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the solicitation. Award will be made based on lowest priced technically acceptable offer/quote received from a responsive and responsible offeror. Offerors shall include a completed copy of the FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer, or be registered at www. ORCA.bpn.gov. After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this synopsis/solicitation), as of the date of its quote. Offerors wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. The RFQ number is R10PS34194. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-41. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference, with the same force and effect as if they were given in full text. The full text of provisions and clauses may be accessed electronically at this website address: Federal Acquisition Regulations (FAR) clauses - http://www.acquisition.gov/far/index.html. The following clauses will apply: FAR 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the referenced clauses: (7i) 52.219-6 Notice of Total Small Business Set-Aside, (18) 52.219-28 Post Award Small Business Program Representation, (19) 52.222-3 Convict Labor, (20) 52.222-19 Child Labor - Cooperation with Authorities and Remedies, (21) 52.222-21 Prohibition of Segregated Facilities, (22) 52.222-26 Equal Opportunity, (24) 52.222-36 Affirmative Action for Workers With Disabilities, (31) 52.225-3 Buy American Act - Supplies, (33) 52.225-13 Restrictions on Certain Foreign Purchases, and (38) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Other applicable clauses: FAR 52.252-2 Clauses Incorporated by Reference. Variation in Quantities: (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 15 Percent Increase/15 Percent Decrease. This increase or decrease is for all CLINS and for length purposes only, not quantity of the steel pipe. The following provisions will apply: FAR 52.212-1, Instructions to Offerors, Commercial Items, 52.212-3 Offeror Representations and Certifications - Commercial Items (Offeror shall include a completed copy of this provision with its offer or be registered at www.ORCA.bpn.gov). Other applicable provisions: FAR 52.252-1 Solicitation Provisions Incorporated by Reference. At a minimum, responsible sources shall provide the following: 1) A price quote on letterhead for the requested item along with a description of proposed item; 2) Statement to confirm steel is available for above stated delivery date; 3) Unit price and extended price, prompt payment terms, remittance address, Tax I.D. Number, Duns Number, and Cage Code. Any questions with regard to this requirement shall be addressed to the Contract Specialist identified below. This announcement will close at 4:00 p.m., local time, on July 16, 2010. Oral communications are not acceptable in response to this notice. The point of contact is Ms. Jacqueline Carrera, Contract Specialist, who can be reached at 928-343-8217. Offerors shall submit their quotes via email to jcarrera@usbr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cd87ec5c787e1a3df8c8578d895431b5)
- Record
- SN02192241-W 20100702/100630234612-cd87ec5c787e1a3df8c8578d895431b5 (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 |