SOLICITATION NOTICE
56 -- CONCRETE SIDEWALK REPAIR - SOW
- Notice Date
- 2/8/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238110
— Poured Concrete Foundation and Structure Contractors
- Contracting Office
- Department of Agriculture, Forest Service, R-8/SRS Eastern Administrative Zone, 200 WT Weaver Blvd., Asheville, North Carolina, 28804, United States
- ZIP Code
- 28804
- Solicitation Number
- AG-4660-S-17-0008
- Archive Date
- 3/14/2017
- Point of Contact
- Reid E. Carroll, Phone: 8037250294
- E-Mail Address
-
recarroll@fs.fed.us
(recarroll@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- SIDEWALK DETAIL FOUNDATION PARKING LOT & BLDG. LAYOUT SCHEDULE OF ITEMS EXPERIENCE SHEET CONTRACTOR INFORMATION Restroom Sidewalks SOW and Road Work Specs 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 resultant award will be a Firm Fixed Price Purchase Order. Solicitation number AG-4660-S-17-0008 is being issued as a Request for Quotation (RFQ) and is a small business set-aside with an associated NAICS code of 238110. The small business size standard is $15.0 M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-87. See Statement of Work for Restroom Sidewalks and Road Work Specs attached. THIS IS A REMOTE AREA. For additional information on contract requirements contact: There is no formal site showing for this project. Please contact Charlie Gay at 828-257-4231 or email at charliegay@fs.fed.us for questions or an appointment to view the site prior to submitting a quote. This is a remote site. This acquisition is 100% set aside for small business concerns. If interested, please refer to the attachments to see what needs to be completed and returned with your Offer. Please return the contract information sheet, experience sheet, and schedule of items via email to recarroll@fs.fed.us. Offers are due by 0900 AM EST on January 27, 2017. Offers will only be accepted via email do not fax or use US mail. All interested firms are advised that registration in the System for Award Management (SAM) formerly Central Contractor Registration (CCR) is required to be eligible for award of a contract. For more information, please check the SAM website at https://www.sam.gov/portal/public/SAM/. Registration in SAM is free. The Forest Service contemplates award of a firm-fixed price contract as a result of this combined synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, experience, price and other factors considered. This requirement is being solicited as a Firm-Fixed Price Request for Quotation (RFQ) and is a Total Small Business Set-Aside. Offers are due on or before (0900 EST) on February 27, 2017. INVOICE PROCESSING PLATFORM www.ipp.gov NOTE: The paragraph below replaces the paper invoice copies requirement referenced on FAR 52.212-4 (g) invoices. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. FAR 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 addresses: www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.212-3 Offeror representations and Certifications- Commercial Items (Apr 2016) **A copy of the provision must be included with quotation unless Contractor is actively registered in SAM, www.sam.gov thereby making the Contractor exempt from providing documentation. ** 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications (OCT 2015) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Contractors (DEC 2013) 52.244-6 Subcontracts for Commercial Items (FEB 2016) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.219-6, (i) Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, (i) Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). All clauses and provisions referenced in this announcement may be accessed electronically at the following website: http://www.acquisition.gov/far/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4568/AG-4660-S-17-0008/listing.html)
- Place of Performance
- Address: CLOUDLAND RESTROOM AT ROAN MOUNTIAN REC. AREA, APPALACHIAN RANGER DISTRICT., 632 Manor Road, Mars Hill, North Carolina, 28754, United States
- Zip Code: 28754
- Zip Code: 28754
- Record
- SN04396605-W 20170210/170208235337-1bbb71aba6fa71cf94324fc8ec4a7d79 (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 |