Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

47 -- Cross Drain Replacement - Eugene

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, L OR-STATE OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L09PS00849
 
Response Due
7/31/2009
 
Archive Date
8/30/2009
 
Point of Contact
Nunn, Stacia 503-808-6331, stacia_nunn@blm.gov<br />
 
E-Mail Address
Nunn, Stacia
(stacia_nunn@blm.gov)
 
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. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation L09PS00849 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-33. The North American Industry Classification System (NAICS) code is 237310; small business size standard of $33.5 million. This is a total set-aside for small business. This will be a firm fixed-price contract for the Bureau of Land Management. This solicitation has 2 line items. SUPPLY AND DELIVER: 1)To Triangle Lake Maintenance Site (See map in FedConnect.net for location) a.1440 lineal feet of 20 ft x 18 in. HDPE dual walled smooth bore plain end culvert. b.42 - 18 in. Culvert bands with all required hardware. c.40 lineal feet of 20 ft x 24 in. HDPE dual walled smooth bore plain end culvert. d.1 - 24 in. Culvert band with all required hardware. 2)To Whites Creek Maintenance Site (See map in FedConnect.net for location) a.1160 lineal feet of 20 ft x 18 in. HDPE dual walled smooth bore plain end culvert. b.29 - 18 in. Culvert bands with all required hardware. c.360 lineal feet of 20 ft x 24 in. HDPE dual walled smooth bore plain end culvert. d.9 - 24 in. Culvert band with all required hardware. e.200 lineal feet of 20 ft x 24 in. HDPE dual walled smooth bore plain end culvert. f.5- 24 in. Culvert band with all required hardware. TECHNICAL SPECIFICATIONS: All items shall meet the dimensions/length as specified above. SHIPPING AND DELIVERY, PERFORMANCE, AND ACCEPTANCE: 1) Delivery shall be standard commercial practice and in a manner that will insure arrival at destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate F.O.B. to the two sites listed above. Provide at least 48-hour notification to the COR prior to delivery. Delivery shall be made between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday, holidays excluded. The pipes shall be delivered, and unloaded, by the contractor; 2) Acceptance - Final inspection and acceptance of the culvert will be made by the Government at the place of delivery. QUOTATIONS SHALL INCLUDE: 1) Unit price per item and Total Amount; 2) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. (See below)3) Quoters shall submit signed and dated quotes on letterhead stationary or SF-1449. APPLICABLE FAR CLAUSES AND ADDITIONAL PROVISIONS (included by reference): The following provisions are in full effect for this solicitation but will not be carried over for the resultant purchase order: 52.212-1 Instruction to Offerors - Commercial Items: Addendum to section (h) Not Applicable; 52.212-2 EvaluationCommercial Items: 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: Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government, past performance, price and other factors considered. Past performance information may be based on the Governments knowledge of and previous experience with the quoter, or other reasonable basis. The Government may reject any or all quotes and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. Technical and past performance, when combined, are more important when compared to price. b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and CertificationsCommercial Items: shall be completed as noted below and submitted with the quote. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, https://orca.bpn.gov/login.aspx, the offeror shall complete and submit a hard copy with their quote. 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (including 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33). Quotations shall be mailed to Bureau of Land Management, Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon, 97208, e-mailed to Stacia_Nunn@blm.gov, or facsimile at (503) 808-6312, by 12:00 pm (Noon), Pacific Standard Time on or before July 31, 2009. For questions contact Stacia Nunn at (503) 808-6331.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L09PS00849/listing.html)
 
Record
SN01890034-W 20090730/090729000038-78c0bbdaa1dbd79480c00eb5eebf8e7b (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.