Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOLICITATION NOTICE

87 -- 42 Tons of Quality Hay, Olympic National Park, Elwha Sub-District

Notice Date
2/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
Q9512090089
 
Response Due
3/15/2010
 
Archive Date
2/22/2011
 
Point of Contact
Edward V. McKee Contract Specialist 3605653025 ed_mcKee@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The solicitation number is Q9512090089, and the solicitation is issued as a request for quotation (RFQ). The NAICS code is 111940 and the small business size standard is $0.75 million. This solicitation is a small business set-aside. This solicitation will result in an award of a firm, fixed-price contract, one year base performance period plus four, one-year option periods should the Government choose to exercise them, based on performance and availability of funds. Vendors note that firm fixed price contract in this context means a purchase order with a not-to-exceed amount. Notification of any changes will be made as modifications to this announcement. To receive award, the vendor must maintain a current registration at www.ccr.gov. The National Park Service has a requirement for a single contractor to provide quality orchard or alfalfa hay and services as stated below. Scope of Work for Hay Contract The requirement is for the vendor to provide 6 tons of quality orchard grass and/or alfalfa type hay on a monthly basis. Hay is to be delivered monthly, April 2010 through October 2010. The hay is to be delivered within the first week of each month within normal park business hours. Actual delivery and time will be coordinated with the Contracting Officer's Representative (COR). The vendor is responsible for providing all equipment, loaders/ conveyors, labor, materials and supplies needed to perform delivery as specified. The hay must be stacked in hay loft/ storage area, with older hay rotated to provide access for immediate use. The hay shall be fine stemmed, weed free, clean, and free from mold, dirt and liter. The COR may refuse any hay not meeting these standards or otherwise deemed unsuitable for comsumtion by park's mules. All hay deemed unsuitable will be replaced by the vendor in a timely manner. The hay will be delivered to Elwha Mule Barn, Olympic Hot Springs Road, Olympic National Park. The location is 11 miles west of Port Angeles, WA. PRICE SCHEDULE: PRICE SCHEDULE: Deliveries will be made from April to October, as aboved described. Contractors shall submit a firm, fixed price for all line items, as follows. CLIN0001 (Base Year): $_______ per month. CLIN0002 (Option Year One): $_______ per month. CLIN0003 (Option Year Two): $_______ per month. CLIN0004 (Option Year Three): $_______ per month. CLIN0005 (Option Year Four): $_______ per month. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Award will be made on the basis of "best value" to the contractor that the Government determines can best satisfy the objectives and requirements of this Request for Quotations, in a manner most advantageous to the Government. The government reserves the right to make award without discussions. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, apply to this solicitation. CENTRAL CONTRACTOR REGISTRATION: The clause at 52.204-07, Central Contractor Registration, applies to this solicitation. All quoters must be registered in the Central Contractor Registration (CCR) database within seven calendar days of receiving notice of award. The CCR website is http://www.ccr.gov. REPRESENTATIONS AND CERTIFICATIONS: The clause at 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation. Quoter must either submit a filled-in copy of the provision 52.212-3 Offeror Representations and Certifications - Commercial Items, with quote, or be electronically registered at the Online Representations and Certifications Application (ORCA) website. If registering on-line, quoter agrees to initiate registration at the ORCA website as soon as their registration at CCR is approved. The ORCA website address is http://orca.bpn.gov. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.219-06 Notice of Total Small Business Set-Aside; 52.222-03 Convict Labor; 52.222-19 Child labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities (applicable only if the clause at 52.222-26 is incorporated into contract award); 52.222-26 Equal Opportunity (applicable to contracts awarded in excess of $10,000); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (applicable to contracts awarded in excess of $25,000); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (applicable only if the clause at 52.222-35 is incorporated into contract award); 52.225-01 Buy American Act - Supplies; 52.225-03 Buy American Act - Free Trade Agreements-Israeli Trade Act (applicable to contracts awarded in excess of $25,000); 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. 52.222-41 Service Contract Act of 1965, as Amended; and 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.217-4 Evaluation of Options Exercised at Time of Contract Award. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award; 52.217-6 Option for Increased Quantity. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within term of the contract. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.arnet.gov/far or http://www.ios.doi.gov/pam/aindex.html. The basis of award will be determined by price and past performance. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. All quotes are due by NLT Mar 15, 2010, 4:30 P.M. local time. Submit quotations to the attention of the Contracting Officer, by fax or email. The point of contact for this solicitation is: Ed McKee, Contract Specialist, Olympic National Park, telephone: 360-565-3025, email: ed_mckee@nps.gov, fax: 360-565-3018. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9512090089/listing.html)
 
Place of Performance
Address: Olympic National Park, Elwha Sub-District, Clallam Co., WA
Zip Code: 98362
 
Record
SN02070687-W 20100224/100222235236-abad676757c1556adb7b26771914992f (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.