Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

87 -- Supply and Deliver Vexar Tubes and Bamboo Stakes

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326121 — Unlaminated Plastics Profile Shape Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern Province Acquisitions, Willows Office, 825 Humboldt, Willows, California, 95988
 
ZIP Code
95988
 
Solicitation Number
AG-91Z9-S-09-0003
 
Point of Contact
Irene Quintana, Phone: 530-934-1114, Anna Wargin, Phone: 530 841-4411
 
E-Mail Address
iquintana@fs.fed.us, awargin@fs.fed.us
(iquintana@fs.fed.us, awargin@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-30. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-91Z9-S-09-0003 and is a Request for Quotation (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. This solicitation is a 100% set-aside for Small Business. The North American Industry Classification System (NAICS) is 326199, All Other Plastics Product Manufacturing and the Small Business Size Standard is 500 employees. Only one contract will be awarded. It is the firms' or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation via the Internet at http://acquisition.gov/comp/far/index.html All items/services shall be delivered FOB DESTINATION to Shasta-Trinity National Forest, California. This solicitation is for the procurement of: Supply and deliver bamboo stakes and tree seedling protection tubes (vexar tubes) in accordance with the following specifications: Vexar tubes shall be 75-80% Polypropylene, 20-25% polyethylene, 3 year photolife, 4" diameter, 24" long, 5/8" nominal mesh size, 50 ga. strand thickness minimum. Bamboo stakes shall be natural finish 10-12mm diameter and 48" in length. Diameter measurement shall be made 3/8" inside knuckle from the largest end, as the stakes will be driven into the ground. DELIVERY LOCATIONS: Delivery Location 1) Deliver approx. 278,486 each of Vexar Tubing and Bamboo Stakes to the Hayfork Ranger Station, 111 Trinity Street, Hayfork, California 96041. Delivery Location 2) Deliver approx. 52,274 each of Vexar Tubing and Bamboo Stakes to Harrison Gulch Ranger District located at Paltina, CA 96076, approximately 25 miles from Hayfork Ranger Station, on Highway 36. NOTE: Vendor MUST give 24 hours notice prior to delivery. For delivery arrangements, contact Cathy Knowlton at 530-628-5227. The estimated delivery date is on or about October 15, 2009. PRICING: CLI 001 - Vexar Tubes - Qnty: 330,760 - Unit: EA CLI 002 - Bamboo Stakes - Qnty: 330,760 - Unit: EA CLI 003 - Total Shipping charges for CLI's 001 and 002 The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items The following addenda is provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Name; Address; Telephone Number of Offeror; Price; Any Discount Terms, Response to non-price evaluation factors and Acknowledgement of all Solicitation Amendments. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile or mail. Paragraph (f)(1), entitled "Late submissions, modifications, revisions, and withdrawals of offers", Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. FAR 52.212-2 Evaluation - Commercial Items The following addenda is provided to the provision: The Government will award a firm -fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value includes but is not limited to technical capability and quality control, past performance and price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then paragraphs (b) through (i) of this provision need to be completed. FAR 52.212-4 Contract Terms and Conditions-Commercial Items ADDENDA TO CONTRACT REQUIREMENTS. FAR 52.236-7 Permits and Responsibilities FAR 52.242-15 Stop-Work Order FAR 52.246-1 Contractor Inspection Requirements FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2009) (as amended by FAR case 2009-011 –American Recovery and Reinvestment Act (ARRA) - Substitute the following paragraphs (d)(1) and (e)((1) for paragraphs (d)(1) and (e)(1) in the basic clause as follows: (d) (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s or any subcontractors’ directly pertinent records involving transactions related to this contract.and to interview any current employee regarding such transactions. * * * (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraph(s) (d)(1) and (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— the following FAR clauses are applicable as listed in 52.212-5. FAR 52.219-6 Notice of Total Small Business Set-Aside 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 Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 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 52.222-39 Notification of Employee rights Concerning Payment of Union Dues or Fees FAR 52.22-54 Employment Eligibility Verification FAR 52.232-33 Payment by electronic Funds Transfer – Central Contractor Registration RESPONSE TIME: Request for Quotation will be accepted at Northern Province Acquisitions, Willows Office, 825 N. Humboldt Avenue, Willows, CA 95988 NO LATER THAN 4:30 p.m. Pacific Daylight Time on 14 September, 2009. Quotations may be faxed to 530-934-7773. Contracting Officer: Dean Haskin. Point of Contact for this Solicitation is: Irene Quintana, 530-934-1114; e-mail iquintana@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91C9/AG-91Z9-S-09-0003/listing.html)
 
Place of Performance
Address: Hayfork Ranger District, Shasta-Trinity National Forest, Hayfork, California, 96041, United States
Zip Code: 96041
 
Record
SN01939509-W 20090905/090904000924-2972936e931424f9d0f4f42bfb59b6b0 (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.