SOLICITATION NOTICE
56 -- Fencing materials
- Notice Date
- 7/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Contracting Office - BIA Rocky Mountain Region 316 North 26th Street, Room 4418 Billings MT 59101
- ZIP Code
- 59101
- Solicitation Number
- A11PS00802
- Response Due
- 7/21/2011
- Archive Date
- 7/17/2012
- Point of Contact
- Kris Kohlhoff Contract Specialist 4062477941 ;
- 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 RFQ number is A11PS00802. This announcement constitutes the only RFQ; quotations are being requested and a written RFQ will not be issued. The Bureau of Indian Affairs, Rocky Mountain Regional Office has a requirement to purchase inlets and pipes for the construction of curbs and drainages in Lame Deer MT. This procurement is 100% set aside for small business concerns. The associated North American Industrial Code System code for this RFQ is 452990 and the Small Business Size Standard is 500 employees. Quotations shall include, proposed delivery in days, pricing for items, and the company's DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The Supplier shall furnish the following items: 0001 Highway certified t-post 6'Qty 3,200 each Unit Price $___________, Line Price $____________ 0002 barbless smooth wire 12.5 gauge Qty 32 rolls Unit Price $___________, Line Price $____________ 0003 8"x8' blunt end wooden postsQty 69 each Unit Price $___________, Line Price $____________ 0004 4"x6 1/2' blunt end wooden postQty 210 each Unit Price $___________, Line Price $____________ 0005 3"x16' peel polesQty 326 each Unit Price $___________, Line Price $____________ Total Price $__________________ In addition, offerors should submit documentation (i.e. specification sheets, product brochures) in order to prove that the product meets or exceeds the specifications listed above. Include delivery in your pricing. Delivery shall be FOB Destination to: Bureau of Indian Affairs, Wind River Agency, 149 Washakie Rd, Ft Washakie WY 82514 All items shall be delivered not later than four (4) weeks after receipt of award. The supplier shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival. Supplier shall notify the Government Point of Contact identified in the purchase order three (3) days prior to delivering. No shipments shall be made on Federal Holidays. Vendors are reminded that effective October 1, 2003, prospective vendors must be registered in the Central Contractor Registration (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. All notification of changes to this RFQ shall be made through the Internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the RFQ. Evaluation Criteria: Award will be made to the lowest responsive, responsible offeror who meets the Government's need. This RFQ incorporates provisions and clauses in effect through FAC 2005-53. It is the responsibility of the supplier to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this RFQ 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://farsite.hill.af.mil/. 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 (Dec 2010) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2010), the referenced clauses: 52.222-50, Combating Trafficking in Persons (Feb 2009), 52.233-3, Protest After Award (Aug 1996), 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010), 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.219-28 Post Award Small Business Program Representation (April 2009), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010), 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), (11) 52.225-3 Buy American Act - Free Trade Agreements-Israeli Trade Act (Jun 2009) ALT I, (12) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), and (13) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). The following Provisions will apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (June 2008) incorporated by reference, 52.212-3 Offeror Representations and Certifications - Commercial Items (June 2008) (Offeror shall include a completed copy of this provision 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 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. This announcement will close at 2:00 p.m., local time, on Thursday, July 21, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00802/listing.html)
- Place of Performance
- Address: Ft Washakie WY
- Zip Code: 825141086
- Zip Code: 825141086
- Record
- SN02501674-W 20110720/110718235735-509782f3bb818e496c655b7a8111d195 (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 |