Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOLICITATION NOTICE

56 -- Range Improvement Materials - Package #1

Notice Date
8/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
444130 — Hardware Stores
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Contracting East - Deschutes NF, 63095 Deschutes Market Road, Bend, Oregon, 97701, United States
 
ZIP Code
97701
 
Solicitation Number
1205GG18Q0018
 
Archive Date
9/15/2018
 
Point of Contact
Lynn J. Tucker, Phone: 5094496339
 
E-Mail Address
ljtucker@fs.fed.us
(ljtucker@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Representations and Certifications Cover Sheet Specifications Schedule of Items SYNOPSIS: The Okanogan-Wenatchee National Forest anticipates the award of one contract for the procurement of Range Improvement Supplies for the Tonasket Ranger District. The intent of this contract is purchase range improvement fencing materials, water troughs and other materials needed for range improvements on District lands. 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. Solicitation document 1205GG18Q0018 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97, FAR case 2018-001. This is 100 percent set-aside for small businesses under NAICS code 444130 and the small business size standard is $7.5 million. 1-SCHEDULE OF ITEMS: The Schedule of Items includes but is not limited to steel T-posts, barbed wire, pressure treated wooden posts, black poly pipe, watering troughs, gates, cattle guard wings, ramps and fencing hardware. See Attachment A for a full listing of the items for bid to include pricing information on and include with the bid. The specifications, salient qualities and examples of the watering troughs, gates and other items can be found in Attachment B. The Government will accept substitutions of items of equal or better value in accordance with FAR Part 6.32(c (2)) Brand name or equal descriptions, but they must contain all of the salient qualities listed for each item. Attachment C is the cover sheet information to be included with the bid. Attachment D is the offeror's representations and certifications to be included with the bid. 2-DELIVERY DATE: All vendors must provide an estimated delivery date after receipt of order (ARO). Desired delivery date for all items other than the watering troughs is September 30, 2018. Desired delivery date for all items is October 30, 2018. 3-DELIVERY LOCATION, POINT OF ACCEPTANCE: Delivery shall be FOB destination to: Tonasket Ranger Station 1 West Winesap Tonasket, WA 98855 4-TECHNICAL QUESTIONS AND DELIVERY POINT CONTACT: All technical questions and delivery coordination shall be directed to Joshua Read at (509) 486-5112 or via email at jread@fs.fed.us. 5-EXTENT OF OBLIGATIONS: The Contractor is expected to supply the items only, the Government will be responsible for installation. Payment will be made after receipt and acceptance of all the materials. 6-QUALITY ASSURANCE AND INSPECTION: Materials will be inspected upon receipt 7-INSTRUCTIONS TO OFFERORS: The provision "52.212-1, Instructions to Offerors-Commercial Items", applies to this acquisition and the following are provided as an addenda to this provision. Offerors shall complete the documents in Attachments A, C and D for their quote to be complete and to be considered for award. Offerors shall have an active registration in the System for Award Management (SAM) database in order to be eligible for award by the Federal Government. The SAM website is located at http://www.sam.gov and registration is free of charge. SUBMIT FOR REVIEW Offers may be submitted electronically to the Contracting Officer at ljtucker@fs.fed.us or by facsimile to 1-888-489-2655, offers are responsible for verifying receipt of offers through electronic means. All offers shall include, at a minimum, the following items: 1. Attachments A, C and D 2. One price for each line item in the Schedule of Items and any additional discount terms 3. An electronic and physical remit to address (Attachment C) 4. Acknowledgement of Solicitation Amendments (if any). 5. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 6- CONTRACT CLAUSES AND PROVISIONS: 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 address: http://www.acquisition.gov FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2018): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2016) (31 U.S.C. 6101 note) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003)(E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015)(E.O. 11246). (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 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) 52.225-3, 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). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 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). FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor any time after award provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five calendar years. FAR 52.236-7 Permits and Responsibilities (Nov 1991) AGAR 452.209-71 Assurance Regarding Felony Conviction Or Tax Delinquent Status For Corporate Applicants Alternate 1 (Feb 2012) (a) This award is 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. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to 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, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR 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: A. Price: This criterion will include consideration of cost/price information entered on the Schedule of Items submitted B.Technical: Technical capability of the item offered to meet the Government requirement (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. DATE AND TIME QUOTES ARE DUE: Friday, August 31, 2018 by 1200 (Noon) PST QUOTES: Quotes may be submitted either by email to ljtucker@fs.fed.us or via fax to (888) 489-2655. Questions other than technical or for delivery may be directed to Lynn Tucker at (509) 449-6339 or via email at ljtucker@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04GG/1205GG18Q0018/listing.html)
 
Place of Performance
Address: Tonasket Ranger Station, 1 West Winesap, Tonasket, Washington, 98855, United States
Zip Code: 98855
 
Record
SN05059093-W 20180830/180828231045-bd1b3018ff7e058c15a4a43d7f93674a (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.