Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2013 FBO #4180
SOLICITATION NOTICE

59 -- Combined Synopsis Solicitation

Notice Date
5/3/2013
 
Notice Type
Presolicitation
 
Contracting Office
SWPA (Tulsa)U.S. DEPT OF ENERGYSOUTHWESTERN POWER ADMINISTRATIONONE WEST THIRD STREETTulsaOK74103-3502US
 
ZIP Code
00000
 
Solicitation Number
DE-SOL-0005590
 
Response Due
5/10/2013
 
Archive Date
6/9/2013
 
Point of Contact
Jeremy D. Chea
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) DE-SOL0005590. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This is a small business set-aside under NAICS 335999 with a small business size standard of 500 Emp. This RFQ contains Three (3) line items. The line item descriptions are as follows: CLIN 0001 ? QTY 100 Polymer Insulators PN OBS025053S2010 Delivery to Gore Maintenance Office (14165 E 143rd St S Gore OK 74435). CLIN 0002-- QTY 20 Polymer Insulators PN OBS025053S2010 Delivery to Jonesboro Maintenance Office (305 N Floyd St Jonesboro, AR 72401). CLIN 0003-- QTY 60 Polymer Insulators PN OBS025053S2010 Delivery to Springfield Maintenance Office (2858 S Golden Springfield, MO 65807). All proposals must be FOB Destination. All proposals must include a proposed delivery date. DELIVERY IS MONDAY THROUGH THURSDAY ONLY. NO FRIDAY DELIVERIES WILL BE ACCEPTED. Ohio Brass Quadri*sil insulators have been selected as a replacement for the Hi*Lite due to the sealing technology utilized with the Silicone rubber design. Or equal products must show they provide an equal method of sealing the silicone rubber from the fiberglass rod PROVISIONS: The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) 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: Lowest Price Technically Acceptable FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES: The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sa les to the Government; FAR 52.219-6, Notice of Total Small Business Aside (with Alternate I); FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28, Post-Award Small Business Program Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchase s; FAR 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration; FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. SUBMIT PROPOSALS TO: email jeremy.chea@swpa.gov Due Date- May 10, 2013 @ 1300 CST LATE PROPOSALS: Proposals or modifications to proposals received at the address above after the exact time specified for receipt of proposals WILL NOT be considered. All contractors must be registered in the Central Contractor Registration database located at http://www.ccr.gov prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine techni cal acceptability. Failure to provide sufficient technical detail may result in rejection of your quote. For additional information, please contact the Contracting Officer, Jeremy Chea at 918-595-6674 or by email at jeremy.chea@swpa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0005590/listing.html)
 
Record
SN03052345-W 20130505/130503234440-9c0c5497cf5be95546b1771ace64c25d (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.