Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2017 FBO #5615
SOLICITATION NOTICE

54 -- Manufactured Bunkhouse Buildings Purchase for the Bridger-Teton National Forest - Solicitation

Notice Date
4/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, Idaho, 83401
 
ZIP Code
83401
 
Solicitation Number
AG-02NV-S-17-0083
 
Archive Date
5/26/2017
 
Point of Contact
Kellie Shaw,
 
E-Mail Address
kjshaw@fs.fed.us
(kjshaw@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Project Specifications Solicitation Documents 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 is a request for quote (RFQ) No. AG-02NV-S-17-0083; proposal due date is April 27, 2017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective January 13, 2017. Attached, you will find a Statement of Work for the design, supply, and delivery of three (3) manufactured doublewide bunkhouse buildings, with an optional item for the design, supply and delivery of two (2) additional manufactured doublewides. No later than 1:00 pm MST, April 27, 2017 please provide a price, past performance, conceptual design with product material and a technical proposal describing your company abilities to accomplish the work described in the attached Statement of work. Offerors shall identify within the technical proposal, information regarding the location of the manufactured building facility, ability to meet delivery timeframes identified in the solicitation, biopreferred products and materials that will be used during construction of the bunkhouses and the offeror's ability to meet specified requirements of the project. The selection process will consist of a Best Value source selection based on past performance, conceptual design meeting project specifications and price. Under a Best Value source selection, non-price evaluation factors, when combined equal to price. However, the Contracting Officer will not select an offeror for award on the basis of a superior capability without consideration of the amount of the price. All proposals shall include the following information: 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. The Government will consider price, past performance, conceptual design with product material and technical understanding and approach in the evaluation. The Experience Questionnaire will be used to evaluate the past performance of the quoter. Quoter shall supply a conceptual design, along with any additional product material that will provide the Government with product information to evaluate their quote. Quoters shall identify within a technical proposal, information regarding the location of the manufactured building facility, ability to meet delivery timeframes identified in the solicitation, biopreferred products and materials that will be used during construction of the bunkhouse and quoters abilities to meet specified requirements of the project. Quotes received after specified date and time of receipt will not be considered. This procurement is a 100% Small Business Set Aside. The NAICS code for this solicitation is 321992. In order to be considered a small business under this NAICS code, your average annual employment shall not exceed 500. Quotes are due by 1:00 p.m., April 27, 2017, IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, ID 83401, ATTN: KELLIE SHAW. Fax proposals will not be accepted. For any additional questions or information, please contact Kellie Shaw at (208) 557-5766 or by email at kjshaw@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/02S2/AG-02NV-S-17-0083/listing.html)
 
Place of Performance
Address: Multiple Delivery Locations, Wyoming, United States
 
Record
SN04463589-W 20170408/170406235823-dbfd2b3d840517bedd352b2ef56e8109 (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.