SOLICITATION NOTICE
53 -- hardware for the ED2-SGR#1 Wood Pole Replacement Project - Package #1 - Package #2
- Notice Date
- 6/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ65-11WG-93434
- Archive Date
- 6/29/2011
- Point of Contact
- Joshua S. Radosevich, Phone: 6026052503, Byron D. McCollum, Phone: 6026052776
- E-Mail Address
-
jradose@wapa.gov, mccollum@wapa.gov
(jradose@wapa.gov, mccollum@wapa.gov)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification Bid Scheedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued separate from this announcement. Solicitation DE-RQ65-11WG 93434 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. A fixed price contract will be awarded using Simplified Acquisition Procedures. This solicitation is 100% reserved for small business. The North American Industrial Code (NAICS) is 332510 and the business size standard is 500 employees. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region requires line hardware for the ED2-SGR#1 Wood Pole Replacement Project. The items are listed in detail in Attachment A. Delivery is FOB Destination to 615 S. 43 rd AVE, AZ 85009 United States. Must be able to deliver the required items within eight weeks or less After Receipt of Order (ARO). New Equipment ONLY; NO remanufactured or "gray market" items. This is a brand name requirement; therefore no substitute/alternate products will be accepted. The following FAR clauses/provisions are applicable to this procurement: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Condition - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items;; FAR 52.204-10 Reporting Executive Compensation and First-Tier subcontract Awards, FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Oppurtunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-1 Buy American Act--Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.o.b. - Destination. The following Western Area Power Administration clauses/provisions are applicable to this procurement: DOE-H-1050 Lobbying Restriction (Energy and Water Development and Related Agencies Appropriations Act, 2009) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. Referenced FAR clauses are available in full text at: http://farsite.hill.af.mil/VFFARA.HTM. Offeror must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in the CCR and/or ORCA, it may do so through the CCR website at: https://www.bpn.gov/ccr/ and the ORCA website at: http://orca.bpn.gov. The Government intends to award to the responsible contractor whose offer conforms to solicitation requirements and provides best value to the government. All quotes must be valid for 30 days. Written offers and the above required information are due no later than June 14, 2011 1:00 pm to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43 rd Avenue), Attn: G1527, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Mr. Josh Radosevich, Contract Specialist (FAX: 602-605-2483 or e-mail: Jradose@wapa.gov ).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/acd92b6bb63484037b320a7bfb6c953b)
- Record
- SN02469406-W 20110612/110610234637-acd92b6bb63484037b320a7bfb6c953b (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 |