SOLICITATION NOTICE
25 -- Lights and Sirens Purchase and Installation, Umatilla National Forest - Combined Synopsis/Solicitation Attachments
- Notice Date
- 6/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441310
— Automotive Parts and Accessories Stores
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Western Washington Acquisition Area, Gifford Pinchot NF, 10600 NE 51st Circle, Vancouver, Washington, 98682
- ZIP Code
- 98682
- Solicitation Number
- AG-05K3-S-11-0023
- Archive Date
- 7/7/2011
- Point of Contact
- Lisa N Peterson, Phone: 360-891-5079, Justin C Holder, Phone: 360 891-5082
- E-Mail Address
-
lnpeterson@fs.fed.us, jholder@fs.fed.us
(lnpeterson@fs.fed.us, jholder@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 3 (Line 004) Attachment 2 (Lines 002 and 003) Attachment 1 (Line 001) 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/proposals are being requested and a written solicitation will not be issued. The solicitation number AG-05K3-S-11-0023 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This is a small business set-aside with an associated NAICS code of 441310 and small business size standard of $7.0. The following are this solicitation's list of contract line item number(s) and items, quantities and units of measure (each item number shall include transportation of vehicle to and from Umatilla National Forest, 2517 SW Hailey Avenue, Pendleton, OR 97801 to contractors location): Line 001 Install Law Enforcement Package on Vehicle 1665 (2011 Chevrolet Tahoe) 1 Lump Sum $____________; Line 002 Install Law Enforcement Package on Vehicle 1666 (2011 Dodge 2500 4x4 Extended Cab Pickup) 1 Lump Sum $__________; Line 003 Install Law Enforcement Package on Vehicle 1667 (2011 Dodge 2500 4x4 Extended Cab Pickup) 1 Lump Sum $__________; Line 004 Install Law Enforcement Package on Vehicle 1651 (2011 Chevrolet Tahoe) 1 Lump Sum $___________. This procurement and any resulting order, is for the procurement of four (4) Light and Sirens packages on four (4) Government furnished vehicles. Equipment and installation shall be in accordance with the attached Specifications and additional Scope of Work which have been included as an attachment to this synopsis. The scope of work includes, but is not limited to, supply of all parts, all labor, supervision, tools, materials and equipment necessary for installation. Upon order placement to the successful offeror, the Government furnished vehicles will be picked up by contractor from the Umatilla National Forest, 2517 SW Hailey Avenue, Pendleton, OR 97801, and contractor will perform installation at contractor's location. Due to the logistics and cost of vehicle transportation and contract administration, responses will only be considered from Offerors up to 260 miles' radius from Pendleton, Oregon. Period of Performance will be Six (6) weeks after receipt of order. One of the following Department of Labor Service Contract Wage Determinations will apply to the installation or service portion of the work: 2005-2159, 2005-2441, or 2005-2569. For copies of the wage determination for the appropriate county you can contact Lisa Peterson at 360-891-5079 or visit the Department of Labor website: http://www.wdol.gov/. The provision "52.212-1, Instructions to Offerors-Commercial Items (JUN 2008)" and "52.212-2 Evaluation-Commercial Items (JAN 1999); apply to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: 1. Technical Capability of item offered (if substituting with other then suggested parts) along with offorors past performance and experience for the past three years (include customers name, contract number, brief description of project, contact name and phone number. Past performance is a degree to which an offeror has: a. satisfied its customers, and b. met required delivery date(s). The government will inquire about the following elements, which are all of equal importance in relation to each other, a. quality of the offeror's work; b. customer satisfaction; c. Timeliness of the firm during performance and the final completion of the project; and d. Overall business relations. 2. Price Technical Capability of item offered (if substituting with other then suggested parts) along with offorors past performance and experience will be considered significantly more important then price. All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items" OR the offeror must have completed their annual representations and certifications electronically at http://orca.bpn.gov. If the offeror has completed ORCA on-line, a copy of 52.212-3 can be pulled from the ORCA website. Also include: DUNS Number: TIN Number:____________. The clause "52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010)" applies to this acquisition and the following are provided as an addenda to this provision: 52.204-7 Central Contractor Registration (APR 2008). The clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2011) applies to this acquisition and the following clauses in paragraph B clauses are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010), 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-28, Post Award Small Business Program Representation (APR 2009), 52.222-3, Convict Labor (JUN 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), 52.222-41, Service Contract Act of 1965 (Nov 2007), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989), and Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Submission of Offers: All offers shall be submitted via email to: lnpeterson@fs.fed.us, no later than Friday, June 22 at 2:00 pm PDT. Offerors may also be faxed to: 360-891-5081. The following attachments are hereby incorporated in to this solicitation as well as in any resulting order: Attachment 1. 2011 Chevrolet Tahoe, LEO SUV Vehicle Number 1665 (Item 001), Attachment 2. 2011 Dodge 2500 4x4 Extended Cab Pickup, LEO Vehicle Numbers 1666 and 1667 (Items 002 and 003), Attachment 3. 2011 Chevrolet Tahoe, Undercover LEO SUV Vehicle Number 1651 (Item 4).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05K3/AG-05K3-S-11-0023/listing.html)
- Place of Performance
- Address: Umatilla National Forest, 2517 SW Hailey Avenue, Pendleton, OR 97801 Note: contractor will perform installation at contractor's location., Pendleton, Oregon, 99801, United States
- Zip Code: 99801
- Zip Code: 99801
- Record
- SN02468105-W 20110611/110609234257-9c5e4fcc5e935bd420bde9f2e5124bf2 (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 |