SOLICITATION NOTICE
55 -- CLASS H3 WOOD POLES - Solicitation Documents/Attachments
- Notice Date
- 6/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321113
— Sawmills
- Contracting Office
- Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ65-11WG92915
- Point of Contact
- Joy L. Trujillo, Phone: 6026052626, Byron D. McCollum, Phone: 6026052776
- E-Mail Address
-
jtrujill@wapa.gov, mccollum@wapa.gov
(jtrujill@wapa.gov, mccollum@wapa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Additional Requirement Information Specifications Drawing 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued separate from this announcement. Solicitation number DE-RQ65-11WG92915 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. A fixed price contract will be awarded using Simplified Acquisition Procedures. This is a competitive 100% Small Business set aside. The acquisition is subject to the North American Industry Classification System (NAICS) code of 321113 with a business size standard of 500 employees or less. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region requires the following: ITEM 0001: (QTY:35/EACH) POLE, WOOD, 60', PACIFIC COAST DOUGLAS FIR OR WESTERN RED CEDAR, CLASS H-3, TREATED WITH PENTACHLOROPHENOL, PREDRILLED, in accordance with the attachments to this solicitation, labeled the following: "Drawing-41_6106b.pdf", "Wood Pole Spec.doc", and "Wood Pole Procurement.doc". ITEM 0002: (QTY:15/EACH) POLE, WOOD, 65', PACIFIC COAST DOUGLAS FIR OR WESTERN RED CEDAR, CLASS H-3, TREATED WITH PENTACHLOROPHENOL, PREDRILLED, in accordance with the attachments (labeled "drawing-41_6106b.pdf", "Wood Pole Spec.doc", and "Wood Pole Procurement.doc"). ITEM 0003: (QTY:10/EACH) POLE, WOOD, 70', PACIFIC COAST DOUGLAS FIR OR WESTERN RED CEDAR, CLASS H-3, TREATED WITH PENTACHLOROPHENOL, PREDRILLED, in accordance with the attachments (labeled "drawing-41_6106b.pdf", "Wood Pole Spec.doc", and "Wood Pole Procurement.doc"). ITEM 0004: (QTY:5/EACH) POLE, WOOD, 85', PACIFIC COAST DOUGLAS FIR OR WESTERN RED CEDAR, CLASS H-3, TREATED WITH PENTACHLOROPHENOL, PREDRILLED, in accordance with the attachments (labeled "drawing-41_6106b.pdf", "Wood Pole Spec.doc", and "Wood Pole Procurement.doc"). Deliver FOB Destination (refer to clause FAR 52.247-34 below) to U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region, Coolidge Substation, 2288 N. Arizona Blvd., Coolidge, AZ 85128. Refer to clauses WES-F-1001 & WES-F-1002 below for further delivery/shipping information. Offeror must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in the CCR and/or ORCA, it may do so through the CCR website at: https://www.bpn.gov/ccr/ and the ORCA website at: http://orca.bpn.gov. The Government intends to award to the responsible contractor whose offer conforms to solicitation requirements and provides best value to the government. All quotes must be valid for 30 days. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written offers and the above required information are due no later than June 29, 2011 by 5:00 PM local time to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43rd Avenue), ATTN: G1527, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Ms. Joy Trujillo, Contract Specialist (Fax: (602) 605-2483 or e-mail: JTrujill@wapa.gov ). NO PHONE CALLS WILL BE ACCEPTED. The following Federal Acquisition Regulation (FAR) clauses/provisions are applicable to this procurement: 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara/htm or http://www.arnet.gov/ 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara/htm or http://www.arnet.gov/ FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Condition - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items; FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; 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 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.O.B. Destination. The following Department of Energy clauses/provisions are applicable to this procurement: DOE-H-1050 Lobbying Restriction (Energy and Water Development and Related Agencies Appropriations Act) The Contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. The following Western Area Power Administration clauses/provisions are applicable to this procurement: WES-F-1001 Advance Shipping Notification Required (WAPA, MAR 2008) a. Contract line items (CLINs) _ALL_ must be delivered on one of the following weekdays _Monday through Thursday_ excluding Government holidays, between the hours of _8:00AM and 3:00PM_, or at a day and time agreed upon by the Government representative(s) named below. b. The Government representative must receive advance notification of the intended shipment at least _72 hours (3 days)_ prior to shipment. The contractor shall provide the day and time of delivery, identify the shipper, and provide the telephone number of the shipper's office. Delivery notification is critical because many of Western's delivery locations are unmanned stations located in remote areas that do not have receiving docks or unloading equipment. Proper notification will ensure that Western personnel are on site and have the equipment necessary to unload the shipment. c. If the contractor fails to make the required advance notification, the Government may not be able to receive the equipment. Any additional costs incurred by the Government to properly receive and/or relocate the equipment that are caused by the contractor's failure to provide sufficient advance notification will be charged to the contractor under the terms of this contract. The designated Government representative is: _Mark Depoe_: work (602) 605-2687 or cell (602) 717-9335; or _Dave Gedlinske_: 602-605-2732. WES-F-1002 Requirement to Unload Equipment at the Destination (WAPA, FEB 2008) a. The contractor is responsible for unloading the equipment specified in CLIN(s) ALL to a ground level pad within the substation or other specific location as directed by the Government. The contractor must provide any specialized unloading equipment or truck features that are necessary to unload the equipment. The contractor's costs for properly configured trucks and unloading the equipment at the delivery location shall be included in the quoted price. b. Responsibility for loss or damage to the equipment shall remain with the contractor until the Government accepts the equipment at the destination. If the equipment is rejected due to failure to conform to the contract requirements, the risk of loss or damage shall remain with the contractor until the defects are corrected and the equipment is subsequently accepted by the Government. WES-H-1043 Foreign Visitors and Contract Employees (WAPA, MAY 2005) The Contractor must receive prior, written approval from the appropriate Western Security Manager (WSM) before any non-U.S. Citizens (Foreign Nationals) visit or work at any Western Area Power Administration (Western) facility. The Contractor must certify in writing that: 1) each of their employees working under this contract that may visit or be assigned to work at any Western facility is a U.S. Citizen, or; 2) the Contractor shall provide an accurately completed Foreign National Data Card, WAPA Form 3000-72, Attachment (available upon request, if necessary) for each of their Foreign National employees that may visit or work at any Western facility. The Contractor shall forward the completed Form to the COR at least 45 days in advance of each Foreign National employee's visit or their beginning of work. Foreign National employees shall not be allowed on-site at any Western facility without prior approval of the cognizant WSM. Circumstances which do not allow a 45 day notification require prior, written approval of the cognizant WSM. The Contractor shall include this requirement in any subcontract it issues under this contract. Western reserves the right to remove any contract employee from Western's property pending the conclusion of the Foreign National background check.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9bbbc7653d5d49660d5afb80ccf7d970)
- Place of Performance
- Address: See requirement description., United States
- Record
- SN02478390-W 20110623/110621234939-9bbbc7653d5d49660d5afb80ccf7d970 (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 |