Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
SOLICITATION NOTICE

E -- Packable Timber Trail Bridges - RFQ

Notice Date
6/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
Ag-82Bh-S-14-0043
 
Point of Contact
Rudolph D. Rodriguez, Phone: 7195531432, Angelina Sanchez, Phone: 7195531433
 
E-Mail Address
daverodriguez@fs.fed.us, asanchez04@fs.fed.us
(daverodriguez@fs.fed.us, asanchez04@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment II Drawings Attachment I Specs SF18-RFQ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, May 29, 2014. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-82BH-S-14-0043, Packable Timber Trail Bridges, and is a Request for Quote. Proposals must reference solicitation number. Submit written offers only; oral offers will not be accepted. Pike & San Isabel National Forests intends to award a firm fixed-price contract IAW FAR 52.216-1 Type of Contract to provide two (2) 32' long packable timber trail bridges including railings, deck planks, running planks, bearings and anchors IAW attached specifications.. NAICS code for this procurement is 321992, Prefabricated Wood Building Manufacturing, and the small business size standard is 500 employees. BID SCHEDULE-See attached Schedule of Items DESCRIPTION OF WORK The intent of this contract is to provide all engineering, drawings, fabrication, materials, equipment, and delivery necessary to purchase and deliver two 32' long packable timber trail bridges, including railings, deck planks, running planks, bearings, and anchors. PERFORMANCE WORK STATEMENT-See attached No site visit will be held FAR 52.204-7 System for Award Management (SAM) (JUL 2013), the offeror must be registered in the SAM database, https://www.sam.gov. Information can be found at https://www.acquisition.gov. A DUNS (Duns and Bradstreet) number is required in order to register. An offeror may obtain a DUNS number at http://fedgov.dnb.com/webform or 866-705-5711 FAR 52.212-1 Instructions to Offerors-Commercial Items (JUL 2013). The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offerors", Request for Proposals 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 any solicitation amendments and total amounts. An official authorized to bind the company must sign the proposal. Proposals may be submitted via mail or email. If the offeror has not completed their annual Representations and Certifications electronically in the SAM database, https://www.sam.gov a copy of FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (AUG 2013) must be submitted (see statement of work). FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) applies to this acquisition and the specific evaluation criteria are: Cost,Technical Capability, and Past Performance; when combined, are equal to Cost. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) Provisions and Clauses applicable to this solicitation are listed below and incorporated by reference and may be accessed at the following website: Clauses that begin with 52; reference the Federal Acquisition Regulations (FAR): https://www.acquisition.gov/far/ Clauses that begin with 452; reference the Agricultural Acquisition Regulations (AGAR): http://www.usda.gov/procurement/policy/agar.html 52.204-13 System for Award Management Maintenance. (JUL 2013) 52.211-6 Brand Name or Equal. (AUG 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2013) 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2013) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications. (DEC 2012) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Busines Subcontractors (DEC 2013) 52.244-6 Subcontrracts for Commercial Items (DEC 2013) 52.246-16 Responsibility for Supplies (APR 1984) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2014); The following FAR clauses are applicable as listed in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) Alternate 1 (OCT 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) 52.219-28 Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) 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) 52.223-15 Engergy Efficiency in Energy-Consuming Products (DEC 2007) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 52.225-1 Buy American Act-Supplies (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) AGAR 452.211-74 Period of Performance (FEB 1988) Estimated time of delivery of bridges 60 days after award. Request for Quote should be submitted and contain the following information: 1. Signed SF18 (RFQ) 2. Schedule of Items to include, unit prices, subtotals and total amounts. An official authorized to bind the company must sign the proposal. 3. Representation by Corporations Regarding an Unpaid Delinquent Tax. 5. A copy of FAR 52.212-3 Offerors Representations and Certifications-Commercial Items, or state the offeror has completed their annual Representations and Certifications electronically at https://www.sam.gov. Offerors must be registered in SAM in accordance to FAR 52.204-7 Offerors who fail to meet these requirements will not be considered for award. RESPONSE TIME: Request for Quote will be accepted NO LATER THAN July 7, 2014, 2:00 pm MST. Email submission of proposals is preferred; email to: daverodriguez@fs.fed.us or mailed/delivered to: USDA Forest Service Attn: Dave Rodriguez 2840 Kachina Drive Pueblo, CO 81008 POC for this solicitation is Dave Rodriguez, 719-553-1432.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/Ag-82Bh-S-14-0043/listing.html)
 
Place of Performance
Address: Woodland Park Work Center, 1408 Rampart Range Road, Woodland Park, Colorado, 80863, United States
Zip Code: 80863
 
Record
SN03388333-W 20140608/140606234800-baa34dd9b4d276f85b9c451eea40c6c2 (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.