SOLICITATION NOTICE
54 -- Tioga Style Pre-Cast Concrete Vault Toilet Bldg - RFQ
- Notice Date
- 7/31/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 327390
— Other Concrete Product 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-14-0056
- Point of Contact
- Angelina Sanchez, Phone: 7195531433
- E-Mail Address
-
asanchez04@fs.fed.us
(asanchez04@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment III- Tioga Drawings-Specs Attachment II - Statement of Work Attachment I - Quote Sheet-Clauses SF 18, 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 2005-76, dated July 25, 2014. This announcement constitutes the only solicitation. Request for Quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-82BH-S-14-0056 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, for the delivery, installation and setting of a pre-cast concrete double vault toilet building. NAICS code for this procurement is 327390, Other Concrete Product Manufacturing and the small business size standard is 500 employees. This is a brand name or equal procurement. The referenced brand names are not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for "equal" item to be acceptable for award by the Government. CLN 1: One; Double vault Tioga Special without chase, style concrete toilet building including delivery, excavation, vault installation and setting of building; to include: solar light kit, customer supplied lock (FS will supply Yale 1152 cylinder only), privacy latch ADA handle, signage: Men/Women/Accessible, Wall vents, rock/bird screen, and 3 roll stainless steel paper holder. Custom options: Short trailer. *Salient characteristics that are deemed essential for meeting the Government needs. DESCRIPTION OF WORK This project consists of providing one commercially available pre-cast concrete toilet building with delivery, installation, including construction activities at the Printer Boy Campground. The pre-cast concrete toilet building shall be a single unit design similar to the Tioga Special with standard features manufactured by CXT Pre-cast Products, Inc. manufactured by CXT or an approved equal. The contractor will furnish all management, labor, equipment, supervision, tools, materials, transportation, operating supplies, and incidentals necessary to perform the work in accordance with the specifications and provisions of the purchase order. Offerors shall include prices, a complete description of the item being provided and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Location-Printer Boy Campground, site #3, Turquoise Lake Recreation Area. The campground is located approx. 6 miles NW of Leadville, CO, along County Rd. 9. Specifications-See attached System for Award Management (SAM) (FAR 52.212-4 (t)), 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 Quotes 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. Quotes may be submitted via mail or email. FAR 52.212-2 Evaluation-Commercial Items. Award will be made on the basis of lowest priced, technically acceptable offer. 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 of Equal (AUG 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2013) 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) 52.223-5 Pollution Prevention and Right-to-Know Information. (MAY 2011) 52.225-18 Place of Manufacture (Sep 2006) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications. (DEC 2012) 52.228-5 Insurance - Work on a Government Installation. (JAN 1997) 52.232-8 Discounts for Prompt Payment (FEB 2002) 52.232-11 Extras. (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. (APR 1984) 52.244-6 Subcontrracts for Commercial Items (DEC 2013) 52.246-16 Responsibility for Supplies (Apr 1984) 52.247-21 Contractor Liability for Personal Injury and/or Property Damage. (APR 1984) 52.249-8 Default (Fixed-Price Supply and Service). (APR 1984) 452.236-72 Use of Premises. (NOV 1996) 452.209-71 Assurance Regarding Felony Convictions or Tax Delinquent Status for Corporate Applicants Alt 1 (Feb 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 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 I (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 (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) Request for Quote should be submitted and contain the following information. An official authorized to bind the company must sign the quote: 1. Signed SF 18 2. Quote sheet 2. Representation by Corporations Regarding an Unpaid Delinquent Tax clause. Offerors must be registered and completed the Reps/Certs section in SAM. Offerors who fail to submit a complete package will not be considered for award. RESPONSE TIME: Request for Quots will be accepted NO LATER THAN Aug 29, 2014, 10:00 am MST Email submission of proposals is preferred; email to: asanchez04@fs.fed.us or mailed/delivered to: USDA Forest Service Attn: Angelina Sanchez 2840 Kachina Drive Pueblo, CO 81008 E-Mail: asanchez04@fs.fed.us POC for this solicitation is Angelina Sanchez, 719-553-1433. Questions during the solicitation phase of this requirement shall be submitted to asanchez04@fs.fed.us. The closing date for written questions is by close of businees, Aug 11,2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82BH-S-14-0056/listing.html)
- Place of Performance
- Address: Printer Boy Campground, Site #3, Leadville, Colorado, United States
- Record
- SN03445131-W 20140802/140731235722-d4311e330d6fcd800f9f4803d4ffacf9 (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 |