Trade Leads

FENCE MATERIALS
Construction & building materials 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.The solicitation number is P14PS01181 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 331110 with a small business size standard of 0.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-18 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Hot Springs, SD 57747 The DOI NPS MWR NEKOTA MABO requires the following items, Meet or Exceed, to the following: LI 001: STEEL FENCE POSTS Steel posts shall have a minimum outside diameter of 2.375 inches. Posts shall be 10.5 feet long. .25_inch diameter holes drilled through both sides of the pipe beginning 6 inches from one end and spaced 12 inches apart along the length of the posts(9 sets of holes total). Post shall be steel banded together in bundles of ten and delivered F.O.B. to Wind Cave National Park, 13 miles north of Hot Springs South Dakota on US Hwy 385. Material shall be delivered by open flatbed or trailer style equipment which accommodates removal utilizing standard forklift procedures. Material used for steel posts shall meet one of the following requirements: a) ASTM A53-94, Grade B, Type E or Type S, schedule 40, minimum wall thickness of 0.154 inches, galvanized in accordance with ASTM A123-89a. OR b) SS-40 pipe manufactured from cold formed steel meeting ASTM A569 with minimum yield strength of 50,000 psi, minimum wall thickness of 0.130 inches, and finished with a three part coating system consisting of hot dipped galvanizing with 1.0 ounce of zinc per square foot in accordance with ASTM A90, a chromate conversion coating, and an organic clear coating., 1000, EA; LI 002: WOVEN WIRE Woven wire shall be fabricated from high strength steel wire utilizing fixed knots to secure the vertical stay wires and the horizontal line wires together in a rigid manner. Hinged knots are not acceptable. The woven wire shall be composed of 9 horizontal wires spaced 5 to 7 inches apart for a total height of 49-inches. Vertical stay wires shall be spaced 6-inches apart. Minimum size for horizontal and vertical wires is 12-1/2 gauge. The minimum size for the knot wires is 13 gauge. The horizontal wires shall have a minimum tensile strength of 178,000 pounds per square inch (psi). The vertical stay wires shall have a minimum tensile strength of 124,000 psi. The knot wire shall have a minimum tensile strength of 70,000 psi. All wire shall have a class 3 galvanized coating with a minimum of 0.85 ounces of zinc per square foot of surface area. Length of rolls shall be 330 feet. Acceptable products are: a)STAY-TUFF ST820 manufactured by Stay-Tite Fence Mfg Inc. of New Braunfels, TX. b)Or approved equal., 50, ROLLS; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI NPS MWR NEKOTA MABO intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI NPS MWR NEKOTA MABO is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Material shall be delivered by open flatbed or trailer style equipment which accommodates removal utilizing standard forklift procedures. Wind Cave National Park_26611 US Highway 385_Hot Springs, SD 57747 SEE ATTACHED: The full text of the referenced FAR provision and clauses may be accessed electronically at https://www.acquisition.gov/far/. The primary NAICS for this aquisition is 331110. Additional Info: www.fedbid.com (b-615965, n-143391) Contracting Office Address: 24290 Doane Mountain Rd., Keystone, SD 57751 Place of Performance: Hot Springs, SD 57747 57747 US Point of Contact(s): Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;