Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2018 FBO #5966
SOLICITATION NOTICE

56 -- Brianhead Fire Range Materials Order - Solicitation Package

Notice Date
3/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 Utah Acquisition Support Center, 1749 W 500 S, Salt Lake City, Utah, 84104, United States
 
ZIP Code
84104
 
Solicitation Number
1284N818Q0040
 
Point of Contact
Tamera Draper, Phone: 435.896.1095, Richard Jaros, Phone: 435.865.3722
 
E-Mail Address
tdraper01@fs.fed.us, sjaros@fs.fed.us
(tdraper01@fs.fed.us, sjaros@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Package NOTE: The Buy American Act applies to this solicitation 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/quotations are being requested and a written solicitation is being issued through FBO. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for 1284N818Q0040 (refer to attached solicitation document cover sheet for a listing of all documents to be returned in relation to this solicitation). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is 100% set-aside for Total Small Business. The associated NAICS code is 332618 with a size standard of 500 employees. The line item description is as follows: Schedule of Items Statement of Work In 2017, the Brianhead Fire on the Dixie National Forest resulted in loss of Forest Service fences and other range related property. The forest is in need of range materials (T-Posts, Barbed Wire, Lodge Poles, Braces, Field Fence, Pipe and Troughs) in order rebuild/restore the Brianhead Fire burn site to it's prior burn condition. Project Location the Contractor shall offload all supplies at the 1770 West Kittyhawk Drive location, in Cedar City, Utah. Contractor shall provide 48 (forty-eight) hour prior notice of delivery so that Forest Service personnel will be available on site for inspection and acceptance.. Contract Time/Delivery All supplies to be delivered by April 25, 2018. The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The evaluation criteria, listed under paragraph (a) of this provision, are as follows: 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: (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: Technical Capability Subfactor: -Technical Capability of the Items Offered to Meet the Government Requirement. The Government will evaluate to determine that the items offered meet or exceed the required specifications. Offeror to provide adequate documentation (Quality Control Plan, Specification Sheets, etc.) for this determination to be made. Technical Approach Subfactor: -Ability to meet the required delivery schedule. Evaluation of offers will be conducted to determine that delivery of the items ordered will take place within the specified timeframe. The Government will be looking for a timeline to indicate the proposed delivery schedule is adequate. Safety Subfactor: -Safety and Accident Prevention Plan. The Government will evaluate to determine that a safety and accident plan that addresses the loading, transportation and off-loading of the materials effectively addresses potential safety issues. Additionally, the contractors safety record for the past three years will be reviewed (provide adequate documentation of reportable injuries or accidents). Experience of Firm and Key Personnel Subfactors: Experience that is indicative of: -Relevant technical knowledge of the items being ordered to ensure that the item proposed in the quote meet or exceed specifications -Ability to perform the work and availability of key personnel -Business Past Performance Statement (i.e., relationships & cooperation with customers, identification and resolution of problems, and concern for customer interest) A contract will be awarded to the Contractor whose quote is determined to be the best value to the Government. The best value to the Government will be based upon the Contractor's Technical Capability and Approach, Experience/Past Performance, Safety and Price. Technical factors and Past Performance (non-price factors), when combined will be approximately equal to cost or price. This means that award may not necessarily be made to the offeror submitting the lowest proposed price but to an offeror whose proposal proposes advantages that would appear to exceed those needed for the successful performance of the work. Thus the Government reserves the right to make technical/price trade-offs that are in the best interest and to the advantage of the Government. Award may be made without further negotiations. Proposals should be submitted initially on the most favorable terms from a price and technical standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of proposals, conduct further oral or written discussions as appropriate, with all offerors whose proposals are within a competitive range. The evaluations factors are listed in descending order of importance. Failure to adequately address any item or sub-item could reduce an offeror's rating. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy of the provision with their Quotation. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses, cited within the clause, apply to this acquisition: (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: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 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: 0 (1) 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). 0 (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)). 0 (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 0 (4) 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APRIL 2014) (41 U.S.C. 4712) relating to whistleblower protections). X (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 0 (6) [Reserved]. 0 (7) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111-117, section 743 OF DIV. C). 0 (8) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111-117, section 743 OF DIV. C). X (9) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 0 (10) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). 0 (11) [Reserved]. 0 (12) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). 0 (ii) Alternate I (NOV 2011) of 52.219-3. 0 (13) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 0 (ii) Alternate I (JAN 2011) of 52.219-4. 0 (14) [Reserved] X (15) (i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 0 (ii) Alternate I (NOV 2011). 0 (iii) Alternate II (NOV 2011). 0 (16) (i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 0 (ii) Alternate I (OCT 1995) of 52.219-7. 0 (iii) Alternate II (MAR 2004) of 52.219-7. 0 (17) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). 0 (18) (i) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d)(4)). 0 (ii) Alternate I (NOV 2016) of 52.219-9. 0 (iii) Alternate II (NOV 2016) of 52.219-9. 0 (iv) Alternate III (JAN 2017) of 52.219-9. 0 (v) Alternate IV (JAN 2017) of 52.219-9. 0 (19) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 0 (20) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). 0 (21) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). 0 (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657 f). X (23) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). 0 (24) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)). 0 (25) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)). X (26) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). X (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). X (28) 52.222-21, Prohibition of Segregated Facilities (APR 2015). X (29) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). 0 (30) 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212). X (31) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 0 (32) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 0 (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). X (34) (i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 0 (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). 0 (35) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 0 (36) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) 0 (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) 0 (37) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). 0 (38) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). 0 (39) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). 0 (ii) Alternate I (OCT 2015) of 52.223-13. 0 (40) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). 0 (ii) Alternate I (JUN 2014) of 52.223-14. 0 (41) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). 0 (42) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). 0 (ii) Alternate I (JUN 2014) of 52.223-16. X (43) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 0 (44) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). 0 (45) 52.223-21, Foams (JUN 2016) (E.O. 13693). 0 (46) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). 0 (ii) Alternate I (JAN 2017) of 52.224-3. X (47) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). 0 (48)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. 0 (ii) Alternate I (MAY 2014) of 52.225-3. 0 (iii) Alternate II (MAY 2014) of 52.225-3. 0 (iv) Alternate III (MAY 2014) of 52.225-3. 0 (49) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (50) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 0 (51) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). 0 (52) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150). 0 (53) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150). 0 (54) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). 0 (55) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (56) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). 0 (57) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). 0 (58) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). 0 (59) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). 0 (60) (i) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(12)). 0 (61) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). 0 (ii) Alternate I (APR 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: 0 (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). 0 (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 0 (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 0 (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 0 (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 0 (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). 0 (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). 0 (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). 0 (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 0 (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). 0 (11) 52.237-11, Accepting and Dispensing of $1 Coin (SEPT 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (vi) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xii) 0 (A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O 13627). 0 (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.   AGAR 452.209 - 70 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. (Deviation 2012-01) (SEPT 2015). Offerors shall include a completed copy of the provision with their Quotation. Offers are due by April 6, 2018 at 4:00 p.m. Offers received after the due date and time may or may not/will not be considered. Faxed or e-mail offers will not be accepted. Offers may be mailed or hand delivered to: Fremont River Ranger District ATTN: Tamera Draper, Contracting Officer 138 South Main Loa, UT 84747 For information regarding this RFQ, please contact: Tamera Draper, Contracting Officer (435) 896.1095
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/84N8/1284N818Q0040/listing.html)
 
Place of Performance
Address: Delivery of Materials:, 1770 West Kittyhawk Drive, Cedar City, Utah, 84721, United States
Zip Code: 84721
 
Record
SN04865446-W 20180325/180323231509-759b0b049fc839718385e3abc42364e5 (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.