COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26, 2001 PSA #2944
SOLICITATIONS
42 -- PURCHASE 100 EACH INTERMEDIATE TYPE, PORTABLE JERSEY CONCRETE BARRIERS. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH FAR SUBPART 12.6.
- Notice Date
- September 24, 2001
- Contracting Office
- US Army Garrison, Hawaii, Directorate of Contracting, ATTN: APVG-GK, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
- ZIP Code
- 96858-5025
- Solicitation Number
- DAPC50-01-T-0605
- Response Due
- September 25, 2001
- Point of Contact
- Darlene Arakaki, (808) 438-6535 ext 191
- E-Mail Address
- US Army Garrison, Hawaii, Directorate of Contracting (Darlene.Arakaki@shafter.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. Offer Due date and time is September 25, 2001 at 14:00 hours Hawaii Standard Tim e. The announcement constitutes the only solicitation. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number DAPC50-01-T-0605 IS ISSUED AS A Request for Quote (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 90-45. The North American Industry Classification System code is 421840. The acquisition is a firm-fixed price contract for the purchase of 100 each intermediate type, portable Jersey concrete barri ers (20 0 laying length) suited for highway construction zones, traffic control, and positive protection system. Metals embedded in the precast will have 5/8 diameter hook bars protruding from the barrier end to link the barriers together, 3/8 diame ter x 8 galvanized anchor bolts for reflector, reflector, 1 diameter connection pin with nut and washer, and two each > diameter ground anchor pins. Concrete barriers will be off steel form finish and will not be painted. Normally occurring bugholes a nd pinholes can be expected, along with steel form joint lines. The barrier shall conform to U.S. Department of Transportation, Federal Highway Administration, American Association of State Highway and Transportation Officials, and Roadside Design Guide Washington, D.C. Concrete quality control testing will be in compl iance with ACI, ASTM and other applicable laws and regulations. Delivery shall commence on 2 October and be completed by 19 October. Delivery shall not be made in increments greater than 24 each in one day. Contractor to provide safe and full access to a designated Schofield Barracks delivery point. Delivery shall b e made FOB destination to Schofield Barracks, Hawaii, 96858. The government will unload the barriers and will require a trailer bed standby time of two hours for offloading. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply. FAR 52.212-2 Evaluation Commercial Items As a minimum, the proposal shall contain (1) Descriptive Literature to determine product acceptability; (2) Listing of past performanc e (contract references, include name/address/phone); (3) Proposed delivery schedule with dates and quantities; (4) Price/Cost for furnishing 100 each intermediate type, portable concrete Jersey barriers (20 0 laying length). Offerors who fail to follo w the format and requirements listed in 1 through 4 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be considered. Award will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performance and ability to meet the delivery schedule. The government may award a contract based on initial offers received, without discussion of such offers; therefore, initial offer should co ntain the offeror s best terms from a cost or price and technical standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications Commercial Items with all offers. The clause at FAR 52.212 -4, Contract Terms and Conditions Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Di sabled Veterans and Veterans of the Vietnam Era; FAR 52.203-3 Gratuities; 52.204-4 Printed or Copi ed Double Sided on Recycled Paper; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.214-21 Descriptive Literature; 52.232-11 Extras; 52.232-17 Interest; 52.232-23 Assignment of Claims; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.242-13 Bankruptcy; 52.233-1 Disputes; 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; 52 .400-4033 Vehicle Registration; 52.2000-4016 Vehicle Permits; 252.204-7004 Required Central Contractor Registration; all apply. The following DFAR Clauses apply: 252.212-7000 Offeror Representations and Certifications Commercial Items; 252.209-7001 Dis closure of Ownership or Control by The Government of a Terrorist Country; 252.225-7000 Buy American Act Balance Of Payments Program Certificate; 252.225-7001 Buy American Act and Balance of Payment Program; 252.247-7022 Representation of Extent of Transp ortation Of Supplies By Sea; 252.247-7024 Notification of Transportation of Supplies by Sea. Offerors that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period sp ecified above, will be considered nonresponsive and rejected. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. (The term 'working day' excludes weekends and U.S. Federal holidays.) Proposals sha ll be mailed or faxed to the Directorate of Contracting, ATTN: APVG-GKC, Building 520 (Basement), Fort Shafter, Hawaii 96858-5025, Fax numbers (808) 438-6544 or 438-1337 no later than 2:00 P.M. Hawaii Standard Time. For information regarding this solicit ation, contact Darlene Arakaki (808) 438-6535, extension 191. All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010926/42SOL001.HTM (D-267 SN50Y5H3)
| 42 - Firefighting, Rescue and Safety Equipment Index
|
Issue Index |
Created on September 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|