Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOLICITATION NOTICE

56 -- Procure Lava Rock Barricades.

Notice Date
5/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327991 — Cut Stone and Stone Product Manufacturing
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019212Q4055
 
Response Due
6/12/2012
 
Archive Date
7/12/2012
 
Point of Contact
Lorraine Unpingco 671-339-5188 Lorraine Unpingco
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
(i)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. (ii)Solicitation No. N40192-12-Q-4055 is hereby issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 and Defense Acquisition Regulation current to DPN 20120420. (iv)This acquisition is set-aside 100% for small businesses. The North American Industry Classification System Code is 327991 with a corresponding small business size standard of 500 employees. (v) Purchase Order line item number, quantity, and unit of issue: ItemDescription Quantity 0001Lava Rock Barricades 50/EA 0002Shipping Cost 1/LO (vi) The NBG, Security Department, Naval Station, Guam has a requirement for Lava Rock Barricades in accordance with the requirements of the following Specifications: 1.0 Scope: This specification describes the minimum requirements for Lava Rock Barricades, 8 ™-0 ¯ long, 4000 PSI ASTM C94 Concrete strength, USA Grade 60 “ ASTM A615/a61M-96a, GR420 reinforcement, JIS R 5210 Cement Type, 3% or less air content. Relocatable with Forklift. 1.1 Specifications: A quantity of (50) Lava Rock Barricades are requested. The concrete/lava rock barriers is 8 ™-0 ¯ long, 4000 PSI ASTM C94 Concrete strength, USA Grade 60 “ ASTM A615/a61M-96a, GR420 reinforcement, JIS R 5210 Cement Type, 3% or less air content. Relocatable with Forklift. The Precast Concrete must be in accordance with the Precast Concrete Institute (PCI) Manuals for Quality Control of precast and prestressed Products MNL-116 (Latest Edition) 1.2 The contractor shall be responsible for transporting and delivering materials to US Naval Base Guam, Bldg 6003, NBG Security Compound Santa Rita, Guam 96915 (vii) It is the intent of the Government to issue a Firm Fixed Price Purchase Order for this requirement on an all or none basis. The government reserves the right to make no award at all if determined to be in the best interest of the government. The delivery requirements are FOB destination and are to be delivered to Naval Base Guam, Bldg 6003, Santa Rita, and Guam 96915. Delivery required within (30) days of contract award or sooner. (viii) Vendor ™s quote shall include their quoted firm-fixed unit price. The vendor shall describe in detail and provide adequate technical information that demonstrates how their quoted product meets or exceeds the minimum requirements of the Specifications. The Government will award a purchase order resulting from this solicitation to the lowest-priced technically acceptable vendor who has a satisfactory past performance record. A technically acceptable quote is a quote that demonstrates that the quoted product meets or exceeds all technical requirements set forth herein. All quotes will be evaluated first by price; and then the lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is technically unacceptable, then the evaluation team will move to the next lowest quote to evaluate for technical acceptability and so forth. Once a technically acceptable quote is identified, that vendor ™s past performance will be evaluated. If it is determined satisfactory, award will be made to that vendor without further evaluation of other quotes. Quotes submitted in response to this notice must be received no later than 12:00 p.m., EST on 12 June 2012. Quotes may be e-mail to lorraine.unpingco@fe.navy.mil. (ix) The following provisions apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. (x) The following clauses apply to this acquisition and are hereby incorporated by reference and are to remain in full force in any resultant purchase order: FAR 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, to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, 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, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222.50, Combating Trafficking in Persons. 52.233-3, Protest After Award 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-1, Buy American Act-- Supplies 52.225-13, Restriction on Certain Foreign Purchases, 52.229-3, Federal, State, and Local Taxes 52.229-4, Federal, State, and Local Taxes (State and Local Adjustments) 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration and, 52.247-34, F.O.B. Destination DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.225-7035 Buy American Act ”Free Trade Agreement--Balance of Payments Program Certificate, 252.225-7036 Buy American Act ”Free Trade Agreement ”Balance of Payments Program 252.237-7002, Award to Single Offeror (xi) The following clause is hereby incorporated in full-text and is to remain in full force in any resultant purchase order: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM DFARS PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM (xii) Additional purchase order requirements and terms and conditions which shall be incorporated into any resultant purchase order: (a) ACCESS TO NAVAL BASE, GUAM If this contract requires access on Naval Base Guam, the Contractor shall request an Access Letter from the Contracting Department. The request shall be sent to Lorraine Unpingco via email address lorraine.unpingco@fe.navy.mil. The request must contain the following information: A)The employer ™s company/business name B)Contract number and work location C)Contract expiration/termination date As a result of the above, an Access Letter will be prepared by the Contracting Office which will be forwarded via email to Pass & ID and the Contractor. (b) The successful vendor shall be required to submit invoices electronically via the Wide Area Workflow (WAWF) system. Additional information and instructions relating to WAWF are available at https://wawf.eb.mil. (c) Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. (xiii)This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. (xiv)All questions are due NLT 16 May 2012. Quotes submitted in response to this notice must be received no later than 12:00 p.m., Guam time 12 June 2012. Quotes may be e-mail to lorraine.unpingco@fe.navy.mil (xv)Points of Contact for information regarding this solicitation Lorraine Unpingco, Purchasing Agent, 671-339-5188. Email lorraine.unpingco@fe.navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019212Q4055/listing.html)
 
Place of Performance
Address: US NAVAL BASE GUAM
Zip Code: BLDG. 6003, NAVAL BASE SECURITY COMPOUND, SANTA RITA, GUAM
 
Record
SN02742787-W 20120511/120509234636-21bd77ba29ebe8c7b537660c964dbad0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.