ii) Solicitation Number: SSA-RFQ-11-1560 represents a Request for Quotation (RFQ) pursuant to FAR 13.106-1(b).
iii) Applicable provisions and clauses are current through Federal Acquisition Circular (FAC) 2005-53, effective July 2011.
iv) The procurement represents a total small business set-aside in accordance with FAR 19.502-2(a). The North American Industry Classification System (NAICS) code applicable to this acquisition is: 335999. A nonmanufacturer rule class waiver applies, see United States Small Business Administration Office of Government Contracting list effective May 26th, 2011.
v) The Social Security Administration has a requirement for the following:
Contract Line Item Number (CLIN)
CLIN 0001
Stranded Copper Wire #10 AWG THHN Black
2,500 FT Reels
Quantity: 5,000/FT
CLIN 0002
Stranded Copper Wire #10 AWG THHN Red
2,500 FT Reels
Quantity: 5,000/FT
CLIN 0003
Stranded Copper Wire #10 AWG THHN Blue
2,500 FT Reels
Quantity: 5,000/FT
CLIN 0004
Stranded Copper Wire #10 AWG THHN White
2,500 FT Reels
Quantity: 5,000/FT
CLIN 0005
Stranded Copper Wire #10 AWG THHN Green
2,500 FT Reels
Quantity: 5,000/FT
CLIN 0006
Stranded Copper Wire #10 AWG THHN Gray
2,500 FT Reels
Quantity: 10,000/FT
CLIN 0007
L6-30R Twist Lock Receptacle 3 Wire 30AMP 250Volt
Quantity: 250/EA
CLIN 0008
Stainless Steel Single Receptacle Plate with a 1.60 dia. hole same as or equivalent to (mullberry #97111)
Quantity: 250/EA
CLIN 0009
1/2 Inch Steel Straight Connector for Liquid Tight Flexible Metal Conduit
Quantity: 1,000/EA
CLIN 0010
Single Gang Weather Proof Deep Box with 3-3/4inch Holes
Quantity: 500/EA
CLIN 0011
3/4inch to 1/2inch Threaded Reducing Bushings
Quantity: 500/EA
CLIN 0012
12"x12"x4" Galvanized Junction Box with Cover and Combination Knockouts of 1/2"-3/4"-1"
Quantity: 30/EA
CLIN 0013
---BRAND NAME ONLY---
Kindorf Strut Base # B-924
Quantity: 30/EA
CLIN 0014
Bare Fork Terminals For #12 &10 Equivalent to T&B # C10-10F
50 per pack
Quantity: 1,000/EA
CLIN 0015
#12 THHN Stranded Ground Tails With A Fork Terminal on 1 End & A Ring Terminal on the Other End
Quantity: 2,000/EA
CLIN 0016
20 Amp 120 Volt Ivory Recessed Clock Receptacle
Quantity: 30/EA
CLIN 0017
12X12X4 Galvanized Junction Box With Cover & No Knock Outs
Quantity: 20/EA
vi) Quotations shall be inclusive of FOB Destination delivery charges.
vii) Deliver no later than 90-days after award.
Delivery to:
Social Security Administration
National Computer Center (NCC)
6201 Security Blvd.
Baltimore, MD 21235-0001
___SPECIAL DELIVERY INSTRUCTIONS APPLY__
Before delivering any item to the NCC, it is imperative to notify the Contracting Officer's Technical Representative (COTR).
**************NOTIFICATION REQUIRED***************
Please notify:
Larry Reinke
Tel: (410)965-0834
OR:
NCC Utility Building Console Room
Tel: (410)965-2080
Indicate when your shipment will arrive at the NCC and provide the following information:
-Contractor name,
-Truck logo (carrier name),
-Delivery order/Award number, and
-Delivery date.
If available, also include:
-The truck driver's name, and
-The truck tag number.
Ensure the driver has photo identification with him/her at the time of delivery along with a copy of the bill of lading and complete delivery documentation.
__________________________________________________
Regular receiving hours are from 0600-1430hrs EST.
Loading Dock Tel: (410)966-4055
viii) Provision, 52.212-1 - Instructions to Offerors - Commercial Items (Jun 2008), applies.
ix) Award will be made on an all or none basis.
x) Offerors MUST include a completed copy of provision 52.212-3 - Offerors Representations and Certifications -Commercial Items (May 2011) or paragraph (b)(2) thereof, as applicable, with the offer.
xi) Clause 52.212-4 - Contract Terms and Conditions - Commercial Items (Jun 2010), applies.
xii) Clause 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (May 2011), applies along with the following additions:
52.204-10-Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010)
52.219-6 -- Notice of Total Small Business Aside (June 2003)
52.219-28 -- Post Award Small Business Program Rerepresentation (Apr 2009)
52.222-3 -- Convict Labor (June 2003)
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)
52.222-36 - Affirmative Action for Workers with Disabilities (Oct 2010)
52.223-18 - Contractor Policy to Ban Text Messaging While Driving (Sep 2010)
52.225-1 -- Buy American Act--Supplies (Feb 2009)
52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)
52.252-2 -- Clauses Incorporated by Reference (Feb 1998)
The full text of a solicitation provision or contract clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/vffara.htm
http://acquisition.gov/far/index.html
xiii) N/A
xiv) N/A
xv) Quotations are due no later than:
1700 hrs EST THURSDAY, 21-JUL-2011
xvi) Direct matters concerning this procurement to:
TIFFANY TRAYNOR, Contract Specialist
Division of Facilities Contracts
Tel: (410)965-9588
E-Mail: [email protected]
BRAND NAME JUSTIFICATION
Contract line item number (CLIN) 0013 is a brand name only requirement. Kindorf struts currently on-site dictate only Kindorf strut bases are utilized. Kindorf strut bases are essential to the Government's requirement as authorized at FAR 6.302-1(a)(c). Hereby, the brand name justification required by FAR 5.102(a)(6) is offered. The procurement is under the Simplified Acquisition Threshold (SAT).