SOLICITATION NOTICE
56 -- Fencing Materials
- Notice Date
- 3/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423710
— Hardware Merchant Wholesalers
- Contracting Office
- FWS, DIVISION OF CNTRCTING AND GRNT1875 CENTURY BOULEVARDSUITE 310ATLANTAGA30345-3319U.S.
- ZIP Code
- 00000
- Solicitation Number
- 0040036555
- Response Due
- 4/5/2012
- Archive Date
- 5/5/2012
- Point of Contact
- Jamese Promise
- E-Mail Address
-
PO Email address
(jamese_promise@fws.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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 0040036555, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, effective March 15, 2012. This is a set-aside for total small business 100%. The North American Industry Classification System (NAICS) code for this project is 423710 with a size standard of 100. USFWS intends to award a firm fixed price purchase order for the following supplies: Item Description Quantity 00010 T-Post Clips 25PK 280 00020 6 1/2FT Tee Post 1710 00030 1 1/2" FENCE STAPES (GALVANIZED)50LB BOX 4 00040 12.5GA 4PT BARBWIRE(GALV) 1320' ROLL 19 00050 4'4"X2" WELDED WIRE 14GA, 50FT ROLLS 380 00060 4'X6 1/2' TREATED ROUND WOOD POSTS 570 00070 5"X8' TREATED ROUND WOOD POSTS 1140 00080 6"X8' TREATED ROUND WOOD POSTS 380 00090 CURBSIDE DELIVERY Performance Work Statement; if applicable: N/AWage Determination, if applicable: N/ABrand Name J&A, if applicable: N/ASole Source J&A, if applicable: N/A The requested delivery date for the above items is August 31, 2012. Please provide the cost of freight charges if applicable. Estimated Delivery Date if Different than Requested Date_________Are items being imported? ________ If so, from what country? ____________Warranty: Commercial Warranty FOB: DestinationShip to address: Wales Ridge NWR, 400 Central Blvd, Sebring FL 33876. THE FOLLOWING FAR CLAUSES AND PROVISIONS APPLY TO THIS SOLICITATION AND ARE INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration;52.252-2 Clauses Incorporated by Reference -This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://aquisition.gov & http://farsite.hill.af.mil. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendum applies: RFQ due date: April 5, 2012RFQ due time: 10:00 pm EST Responsible Offerors shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price; 2. Total price; 3. Prompt Payment Terms; 4. Remittance address, Tax Identification Number, DUNS number and Cage Code, *Number of Employees_____________*Total Yearly Revenue_______________ (*Information required to determine size of business for the NAICS referenced above); 5. Fill in all blanks on combined synopsis/solicitation 6. Quotes may be emailed to jamese_promise@fws.gov or faxed via 404-679-4057 Attn: Jamese Promise. Please reference the solicitation number on your quote. 7. All questions regarding this solicitation must be e-mailed to jamese_promise@fws.gov by 1:00 pm on April 3, 2012. 8. Offerors must be registered in FedConnect at https://www.fedconnect.net/Fedconnect/ at time of quote submittal. 9. Offerors must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. 10. Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, https://www.acquisition.gov. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following the following addendum applies: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106, whose quote, conforming to the Combined Synopsis/Solicitation, offers the lowest evaluated price. Offeror's submissions will be evaluated based upon price, delivery date, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies,52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities52.222-50 Combating Trafficking in Persons52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies52.225-13 Restriction on Certain Foreign Purchases52.232-29, Terms for Financing Commercial Items52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award, and52.233-4 Applicable Law for Breach of Contract Claim Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Invoice and other supporting documents. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/0040036555/listing.html)
- Place of Performance
- Address: Wales Ridge NWR400 Central BlvdSebringFL33876U.S.
- Zip Code: 33876
- Zip Code: 33876
- Record
- SN02709747-W 20120331/120330000335-ec346f81a05c9bd79d67ea41bcc04daa (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 |