SOLICITATION NOTICE
54 -- Purchase of Conex Boxes - Drawings
- Notice Date
- 6/9/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Pacific Southwest Northern Area, Lease Contracting, 3644 Avtech Parkway, Redding, California, 96002, United States
- ZIP Code
- 96002
- Solicitation Number
- AG-9A73-S-15-0008
- Archive Date
- 7/9/2015
- Point of Contact
- JEANNIE E VAUGHN, Phone: 530-226-2702
- E-Mail Address
-
jvaughn@fs.fed.us
(jvaughn@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Conex Boxes Attachment 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-9A73-S-15-0008 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. This is a total small business set-aside. The NAICS code is 332311 and the small business size standard is 500 employees. Offerors need to have an active registration in The System for Award Management (SAM) to be awarded a Federal Government contract. This request is for the purchase and delivery of 12 Conex (or equivalent) Boxes. See Attached for Specifics of each box. Boxes are to be delivered FOB Destination to: U.S. Forest Service, Lassen National Forest, Almanor Ranger District, 900 E. Hwy 36, Chester, CA 96020-0767. CLIN 001 - Design No. 1 on attachment. Three Each - 8 x 40 Conex Boxes. Partitioned internally into 1/4 and 3/4 Sections. Smaller area is intended to be used as a work space, so it is required to have it's own entrance, At least one window and ventilation. CLIN 002 - Design No. 2 on attachment. One Each - 8 x 40 Conex Box. Internal partition is approximately 1/3 and 2/3. The smaller portion is intended to be used as work space, so it is required to have it's own entrance, at least one window and ventilation. CLIN 003 - Design No. 3 on attachment. One Each - 8 x 40 Conex Box. Internal partition is 1/2 and 1/2. One side needs to be very secure (single, small lockable door instead of large roll-up door) for artifact storage. CLIN 004 - Design No. 4 on attachment. Three Each - 8 x 40 Conex Boxes. No internal partitions. Three large doors on side for access. CLIN 005 - Design No. 5 on attachment. One Each 12 x 40 Conex Box. Partitioned internally into 1/2 and 1/2. Two 8' roll-up doors on one of the long sides. one for each half. One of the halves has an additional 8' roll-up door on it's end. Both halves need to have at least one window. CLIN 006 - Design No. 6 on attachment. One each 12 x 40 Conex Box. Partitioned internally into approximately 1/3 and 2/3. Larger partition has one 8' roll-up door and two windows. Smaller Partition has one window and one 8' roll-up door. CLIN 007 - Design No. 7 on attachment. One each 8 x 40 Conex Box. Partitioned internally into 1/3 and 2/3. Both partitions have an 8' roll-up door on the long side and at least one window. CLIN 008 - Design No. 8 on attachment. One each 8 x 40 Conex Box. Partitioned with two internal walls splitting the building into thirds. Each partition has an 8' roll-up door on one long side and a window on the opposite long side. Required Delivery time is 30 ARO - FOB Destination - Chester, CA 96020. Deliveries will be accepted Monday - Thursday 9:00 a.m. to 3:00 p.m. 48 hours advance notice is required prior to delivery. The following FAR Provisions and Clauses are applicable to this solicitation and can be viewed at: http://farsite.hill.af.mil/ FAR 52.212-1 Instructions to Offerors--Commercial Items (APR 2014) FAR 52-.212.2 Evaluation--Commercial Items (MAY 2015) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (MAR 2015) Complete only paragraph (b) of this provision if the annual representations and certifications have been completed electronically via the System for Award Management (SAM) website accessed through http://acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete on paragraphs (c) through (p) of this provision. FAR 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2015). The following FAR Clauses are as applicable as listed in 52.212-5 FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (JUL 2013) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors, disbarred, suspended or proposed for Debarment (AUG 2013) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2014) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (APR 2015) FAR 52.222-35 Equal Opportunity for Veterans (JUL 2014) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-37 Employment Reports on Veterans (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232.33 Payment by Electronic Funds Transfer--System for Award Management (JUL 2013) At a minimum the response to the Solicitation shall include: (1) Solicitation Number (2) Name and address of offeror on company business letterhead (3) Address quote to: USDA, Forest Service, Attn: Jeannie Vaughn, 6101 Airport Road, Redding, CA 96002, or email quote to: jvaughn@fs.fed.us. Include solicitation number in subject line of emailed quotes. (4) Delivery time upon receipt of an order. (5) DUN AND BRADSTREET NUMBER to verify System for Award Management (SAM). Award will not be made to a vendor not registered in SAM. (6) Acknowledgement of any Solicitation Amendments. (7) Address Evaluation Criteria Offers are due Wednesday, June 24, 2015 at 2:00 p.m. Pacific Daylight Time. Questions about this solicitation need to be submitted in writing to Jeannie Vaughn at jvaughn@fs.fed.us. 52.212-2--Evaluation Commercial Items (OCT 2014) (a) The Government will 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 -Past Performance (references) -Ability to meet the required delivery time -Ability to meet technical requirements of items requested Complete the following representation: AGAR-452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (DEVIATION 2012-01) (FEB 2012) Alternate 1. (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JHA/AG-9A73-S-15-0008/listing.html)
- Place of Performance
- Address: USDA, Forest Service, Lassen National Forest, Almanor Ranger District, 900 E. Hwy 36, Chester, California, 96020, United States
- Zip Code: 96020
- Zip Code: 96020
- Record
- SN03757499-W 20150611/150609234700-953af9544ed151eb8b327972cda0ef55 (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 |