SOLICITATION NOTICE
55 -- SOUTHERN YELLOW UTILITY PINE POLES
- Notice Date
- 3/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321114
— Wood Preservation
- Contracting Office
- MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-12-T-POLES
- Response Due
- 3/29/2012
- Archive Date
- 5/28/2012
- Point of Contact
- Todd Kelley, 575.678.5995
- E-Mail Address
-
MICC - White Sands Missile Range
(todd.g.kelley@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. Solicitation Number W9124Q-12-T-POLES is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 effective 2 February 2012. This acquisition will be conducted in accordance with FAR Part 12 Commercial Item and FAR Part 13, Simplified Acquisition Procedures. The Government intends to award a firm fixed price contract to the successful offeror. Commercial Items purchased under FAR Part 12 may be awarded without discussions, but the Government reserves the right to conduct discussions if the contracting officer determines they are necessary. The Public Works Directorate has a requirement to purchase Southern Yellow Pine Poles at White Sands Missile Range. Specifications for the Southern Yellow Pine Poles are listed below. Offers must include all requested items in order to be considered for this procurement. Qty 15 - SP2/45 (Class 2) 45 foot pole; Southern Yellow Pine Poles, Full Length Pressure Treated to a Final Net Retention of 0.45# per Cubic Foot, Framed, WQC Inspection and Conforming to RUS 2011 Specifications. Qty 15- SP2/40 (Class 2) 40ft foot pole; Southern Yellow Pine Poles, Full Length Pressure Treated to a Final Net Retention of 0.45# per Cubic Foot, Framed, WQC Inspection and Conforming to RUS 2011 Specifications. Qty 20- SP3/45 class 3 45ft pole; Southern Yellow Pine Poles, Full Length Pressure Treated to a Final Net Retention of 0.45# per Cubic Foot, Framed, WQC Inspection and Conforming to RUS 2011 Specifications. Qty 20 - SP3/40 Class 3 40ft pole; Southern Yellow Pine Poles, Full Length Pressure Treated to a Final Net Retention of 0.45# per Cubic Foot, Framed, WQC Inspection and Conforming to RUS 2011 Specifications. Qty 10- SP3/30 Class 3 30ft pole; Southern Yellow Pine Poles, Full Length Pressure Treated to a Final Net Retention of 0.45# per Cubic Foot, Framed, WQC Inspection and Conforming to RUS 2011 Specifications. Qty 10- SP3/35 Class 3 35ft pole; Southern Yellow Pine Poles, Full Length Pressure Treated to a Final Net Retention of 0.45# per Cubic Foot, Framed, WQC Inspection and Conforming to RUS 2011 Specifications. Shipping is FOB Destination CONUS (Continental U.S.). No partial shipments unless otherwise specified at time of order New Poles ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. No GREY market items. Submitted Quotes will be valid for 30 days after the solicitation closing. The applicable NAICS code is 321114 with a size standard of 500 employees. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, you must be registered in the Central Contractor Registration (http://www.ccr.gov/), as well as, Wide Area Work Flow (https://wawf.eb.mil/). Award shall be made to the most technically acceptable; all items must be exact match, lowest price quote. The following clauses and provisions apply to this solicitation and are included by reference: FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006), applies to this acquisition. No addenda to this provision FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability exact match of the item offered to meet the Government requirement; (2) price; (3) delivery terms. The Government intends to award to one vendor on an all or none basis. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items (Aug 2009). Alternate I (Apr 2002) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) applies to this acquisition. No addenda to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010) the following additional FAR clauses cited in the clause are applicable: 52.204-7 Central Contractor Registration 52.203-6 Restrictions on Subcontractors Sales to the Government (Sep 2006) 52.203-6 Alternate I (Oct 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-50 Alternate I (AUG 2007) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Http://farsite.hill.af.mil 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. 252.204-7004 ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (SEP 2007) 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) 252.232.7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 Transportation of Supplies by Sea (May 2002) You shall submit commercially available literature demonstrating that all of the capabilities listed on the Specifications list are met. Full text of these clauses may be found at http://www.arnet.gov/far. Direct procurement questions via e-mail to: todd.g.kelley.civ@mail.mil. Interested Offerors shall submit any questions concerning the solicitation no later than 2:00 PM, EST on 05 April 2012. INSTRUCTIONS TO OFFERORS: All quotes must be emailed to todd.g.kelley.civ@mail.mil or delivered to Todd Kelley, Bldg 143 Crozier Street Room 206, White Sands Missile Range, NM 88002 to be received no later than 2:00 p.m. EST. April 12, 2012. Please submit the following information with each quote; the duration required to complete delivery from the date of contract award, unit price, and total cost. Award will be made on a Lowest Price Technical Acceptable (LPTA) basis. Quotes must be submitted by an authorized individual of the company, and dated. This combined synopsis/solicitation constitutes the total solicitation. There will be no other formal Request for Quotes (RFQs), or other information regarding these requirements. Offers are due not later than 2:00 p.m. EST. April 12, 2012. Todd Kelley todd.g.kelley.civ@mail.mil 575-678-5995
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/042a7fb3b1d2f16587826ffb2e8b4b1e)
- Place of Performance
- Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02708776-W 20120331/120329235033-042a7fb3b1d2f16587826ffb2e8b4b1e (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 |