SOLICITATION NOTICE
E -- 129JGP20Q0087 Spanish Creek Cattle Guard
- Notice Date
- 6/15/2020 1:06:54 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- USDA FOREST SERVICE NEVADA CITY CA 95959 USA
- ZIP Code
- 95959
- Solicitation Number
- 129JGP20Q0087
- Response Due
- 6/29/2020 3:00:00 PM
- Archive Date
- 07/14/2020
- Point of Contact
- Robert Briney, Phone: 5304786120, Fax: 5304786126
- E-Mail Address
-
robert.briney@usda.gov
(robert.briney@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing Solicitation Number 129JGP20Q0087. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, effective date 05-06-2020. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 332312 and the small business size standard is 500 employees. (V) This combined solicitation/synopsis is to procure a cattle guard and precast footings. The Plumas National Forest is need of a premanufactured cattle guard with pre-casted footings.� The contractor will be responsible for the manufacturing and delivery of the cattle guard and footing only.� The Forest service will be responsible for the installation. Work includes but is not limited to the following major items: The creek guard structure will be placed on 60 inch tall footings x 11 inch step pre-cast cattle guard bases 14 feet long provided by the contractor. The footing shall be strong enough to support Terex trucks weights loaded.� See attached specifications for the Terex truck.� The cattle guard needs to be a 14 foot x 14 foot Creek Guard Ultra heavy duty -USFS green in one or two sections whichever is easier to manufacture. Creek Guard must be load rated to support Terex truck loaded. Creek Guard must have 14 feet Guide rails grid on both sides. Creek Guard must have 14 feet Tube Curb grid on both sides. Creek Guard must have two 4 feet x 14 feet expanded metal walkways. Structures will be delivered to Meadow valley a community just 6.7 miles outside of Quincy CA. Must call ahead of time so we can coordinate a person to guide you to the site where we will have someone waiting to unload you. It is of most importance that you give us at least a week in advance of when you are planning on delivering the structure so we can have everything ready! (VI) At a minimum: Meet the specification list in V. (VII) Location: 159 Lawrence Street Quincy CA 95971. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018), applies to this acquisition. (IX) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm fixed price award will be made to the responsible offeror submitting a quote that provides the best value to the Government. (X) 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: price, technical acceptability, and delivery. (XI) Offerors must complete their Representations and Certifications online at http://beta.SAM.gov or submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2020), with their quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2020) applies to this acquisition. The following clauses under subparagraph (b) apply: 8, 14, 19, 22, 26, 27, 28, 30, 42, 44, 48, and 58. Additional Contract Requirements: 52.204-7 System for Award Management. (Oct 2018) 52.204-13 System for Award Management Maintenance. (Oct 2018) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc. , which may be changed unilaterally by the Government. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) Electronic Invoicing and Payment Requirements, Invoicing Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions, Commercial Items included in commercial item contracts. The IPP website address is: http://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor's Invoice, along with any other supporting documentation as stipulated by the Contracting Officer. (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 3:00 P.M. PDT on Monday, June 29th, 2020. All quotes must be emailed to the attention of Robert Briney. Email address: Robert.briney@usda.gov. Companies are encouraged to submit complete products specifications and detail sheets. Quotes may be on the vendor's letterhead and should state the total price, specs, and the companies DUNs number. (XVI) �Any questions regarding this RFQ should be directed to Robert Briney at Robert.Briney@usda.gov. (X) List of attachments, Attach 01 Informational Drawings 3 pages, Attach 02 Terex Truck Specifications 1 page, Attach 03 Location Map 1 page.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bf6ca36163ec49ec9f421bf3685f259b/view)
- Place of Performance
- Address: Quincy, CA 95971, USA
- Zip Code: 95971
- Country: USA
- Zip Code: 95971
- Record
- SN05690300-F 20200617/200615230209 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |