SOLICITATION NOTICE
Z -- Generator Installation at Sawyers Bar Work Center, Klamath National Forest - Attachments
- Notice Date
- 7/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Northern California Acq Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
- ZIP Code
- 96002
- Solicitation Number
- AG-9AC7-S-12-0042
- Point of Contact
- Lori Contreras, Phone: 530 841-4409, Anna Wargin, Phone: 530 841-4411
- E-Mail Address
-
lcontreras@fs.fed.us, awargin@fs.fed.us
(lcontreras@fs.fed.us, awargin@fs.fed.us)
- Small Business Set-Aside
- Emerging Small Business
- Description
- DOL General Decision No. CA120009 dated 07/13/12 Response to Evaluation Factors (Experience Questionnaire) SF-18 Request for Quotation Specifications 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-9AC7-S-12-0042 and is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59 and are available in full text through Internet access at http://www.acquisition.gov/far. The North American Industry Classification Systems (NAICS) code is 238210. The business size standard is $14.0 million. The proposed contract is an Emerging Small Business set-aside under the Small Business Competitive Demonstration Program. A firm-fixed purchase order will be issued. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) to be considered for award. 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. DESCRIPTION: The Government requires performance of the work described in these documents to furnish all labor, equipment and materials to install and start up two (2) government-furnished 60 KW Prime Power Generators at the Sawyers Bar Work Center, Salmon River Ranger District, Klamath National Forest. All work must conform to manufacturer's recommendations and local codes. The government-purchased generators must be picked up from the Fort Jones Service Center, 328 Bridge Street, Fort Jones, CA. PROJECT LOCATION: Sawyers Bar Work Center, 24 Cemetery Alley, Etna, CA 96027 PRICE RANGE: between $25,000 and $100,000. NOTE: Bonding will be required of successful quoter at time of award if submitted quote is over $30,000. • Submit pricing on the attached Standard Form 18, Request for Quotation. • Submit a completed copy of the representations and certifications at FAR 52.212-3 ; (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). • Submit attached Experience Questionnaire. The Government may contact references to inquire as to the offeror's capability, effectiveness, compliance, timeliness, cooperation and overall customer satisfaction. Past performance information that will be considered is not limited to the references provided by the offeror. Relevant Past Performance: Offerors shall furnish a reasonable number of references for past performance. Past performance references shall include name and contact information for recent and relevant contracts for the same or similar items. 52.212-2 Evaluation - Commercial Items (JAN 1999) (a) The Government intends to 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: Price, Relevant Past Performance and Relevant Experience. PROVISIONS AND CLAUSES applicable to this solicitation are listed below and incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.228-13 Alternate Payment Protections (Payment Bond (100%) or Letter of Irrevocable Credit) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Feb 2012). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offer shall complete only paragraphs (c) through (o) of this provision. The clause can be downloaded from the following website: http://www.acquisition.gov/far FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial (FEB 2012)The following FAR clauses are applicable as listed in 52.212-5. FAR 52.203-6 Alt 1 - Restriction on Subcontractor Sales to the Government (OCT 1995) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28 Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-6 Davis-Bacon Act (JUL 2005)FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging while driving (AUG 2011) FAR 52.225-13 Restrictions on Certain Foreign Products (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.233-3 Protests After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Provisions and clauses incorporated by reference in this solicitation can be accessed on-line in full text at the following website: http://www.acquisition.gov/far RESPONSE TIME: Request for Quotation will be accepted at USDA Forest Service, Northern California Acquisition Service Area, Yreka Office, 1711 S. Main Street, Yreka, CA 96097 NO LATER THAN July 31, 2012, 4:30 p.m. PDT. Quotations may be mailed, faxed to 530-841-4539 or electronically mailed to: lcontreras@fs.fed.us Point of Contact for this solicitation is Lori Contreras, telephone 530-841-4409, email: lcontreras@fs.fed.us
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a27ca34753a1b07f6fece1a2005dc1f6)
- Place of Performance
- Address: Sawyers Bar Work Center, 24 Cemetery Alley, Etna, California, 96027, United States
- Zip Code: 96027
- Zip Code: 96027
- Record
- SN02809820-W 20120722/120720234719-a27ca34753a1b07f6fece1a2005dc1f6 (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 |