SOLICITATION NOTICE
J -- Potable Water Storage Tank Cleaning and Maintenance, Cleveland National Forest - Potable Water Storage Tank Project, Cleveland National Forest
- Notice Date
- 5/3/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Central CA Acquisition Service Area, 631 Coyote Street, Nevada City, California, 95959, United States
- ZIP Code
- 95959
- Solicitation Number
- 1291S818Q0022
- Point of Contact
- Samantha C. Watts, Phone: 7075628951
- E-Mail Address
-
samanthawatts@fs.fed.us
(samanthawatts@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- SF 1449, RFQ- Cleveland National Forest Potable Water Storage Tank Cleaning and Maintenance Statement of Work 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 1291S818Q0022. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57, effective March 3, 2012. This acquisition is set aside 100% for small businesses. The North American Industrial Classification System (NAICS) code is 221310 and the small business size standard is $27,500.00. The Government has a requirement for the following: Inspection, repair and cleaning of five (5) potable water storage tanks on the Cleveland National Forest with an option of inspection, repair and cleaning of three (3) additional potable water storage tanks. Projected Service Start Date: August 2018 Interested vendors must agree to the terms and conditions of the USDA Forest Service Pacific Southwest Region Fire Plan for Service and Construction Contracts in order to be considered for award. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Submit the price quote information via email to Samantha Watts at samanthawatts@fs.fed.us. Responses to this RFQ must be received via e-mail not later than 11:59 PM eastern time on Friday, 25 May 2018. All firms must be registered in the SAM'S database @ www.sam.gov to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposals submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. Award will be made to the offeror whose quote represents the lowest price technically acceptable offer. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered at the government's ORCA online reps and certs website: https://orca.bpn.gov/. The following provisions and clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards, FAR 52.209-6, Protecting the government's Interest When Subcontracting with contractors Debarred, suspended, or Proposed for Debarment, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-13, Notice of Set-Aside of Orders, 52.219-28, Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, FAR 52.247-64 Alt 1, Preference for Privately Owned U.S.-Flag Commercial Vessels, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. Specifically, the following cited provisions and clauses are applicable to this acquisition: DFARS 252.203-7000, Requirements Relating to Compensation of former DoD Officials, DFARS 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel, DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. AFFARS 5252.232-9402 Invoicing and Payment (WAWF) Instructions. All quotes and any requests for more information must be sent to Samantha Watts at samanthawatts@fs.fed.us, (707)562-8951
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91T5/1291S818Q0022/listing.html)
- Place of Performance
- Address: Cleveland National Forest, five (5) sites-see Statement of Work, United States
- Record
- SN04910162-W 20180505/180503230920-95cf2f5b638b344d1c2e318472ee76f3 (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 |