Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
SOLICITATION NOTICE

56 -- Rubber Matting for Russian River Anglers' Trail

Notice Date
5/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-10 Chugach National Forest, 3301 C Street, Anchorage, AK, 99503, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-0120-S-07-0028
 
Response Due
5/18/2007
 
Archive Date
6/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is AG-0120-S-07-0028 and it is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This is a small business set-aside with an associated NAICS code of 326299 and small business size standard of 500 employees. The following are this solicitation?s list of contract line item number(s) and items, quantities and units of measure: 1. 20? x 20? interlocking rubberized mats used as trail surfacing to reduce erosion, 1,800 each 2. Polypropylene scrim ground cloth, 10 rolls 3. Perimeter spikes, 3,000 each 4. Shipping/handling, one shipment The Russian River Angler?s Trail Project has been an on going project since 1996. The purpose of this project is to provide better access for the thousand of anglers that fish the Russian River, while maintaining habitat and protecting the banks of this river. The project consists of building a series of boardwalks and hardened trails along the river. This surfacing material is to meet the requirements in the Decision Notice for the Russian River Angler Trail EA, which states: ?All trails that are not boardwalk will be reconstructed to have a uniform surface. These sections of trail should be constructed of material that allows the establishment of vegetation in the walking surface.? The objectives of this project are to protect cultural resources and minimizing impacts to stream bank vegetation. Rubber matting has proven to be an effective surfacing for all at-grade trails segments. There is approximately 700 lineal feet of Safety Deck II matting, purchased from The Mat Factory, 760 W 16th Street , Costa Mesa, CA, on this project. Purchase a brand name or equal matting specifically designed for protecting turfed/grassed areas which are subject to continouous wear and tear while providing durable access while allowing the establishment of vegetation in the walking surface. If a brand name or equal is not offered, it is the intention of the Forest Service to purchase the matting from The Mat Factory. Specifications: 1. Aesthetically pleasing non-slip surface 2. 20? X 20? squares for easily handling and transport 3. black in color to match existing surfacing 4. 1? square holes to retain soil while providing for good drainage. 5. An interlocking system to hold surfacing together. 6. Recycled product The date for delivery is 30 days after receipt of order. Shipping terms are FOB Origin. Delivery shall be made to Seward Ranger District, 29847 Seward Highway, Seward, AK, 99664. The provision ?52.212-2, Evaluation-Commercial Items?, applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: i.) Technical Capability of item offered to meet the Government requirement; ii.) Past Performance, iii.) Price. Technical capability of product to meet the needs of the government and past performance, when combined, are significantly more important than price. 52.223-4 Recovered Material Certification 452.211-70 BRAND NAME OR EQUAL (NOV 1996) (As used in this provision, the term "brand name" includes identification of products by make and model.) (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be inserted in the space provided in the solicitation. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to (i) determine whether the product offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. 452.211-71 EQUAL PRODUCTS OFFERED (NOV 1996) (a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Contract Line Item Number (if any): 001 Brand Name or Equal Product identified by the Government in this solicitation: Safety Deck II Tiles Offered Product Name:_______________________________________ Catalog Description or part number:______________________ _____________________________ Manufacturer's Name:________________________________________ Manufacturer's Address:______________________________________ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. All offerors must provide a completed copy of ?52.212-3, Offeror Representations and Certifications ? Commercial Items?. The provision may be found and printed from www.arnet.gov/far/. FAR Clause ?52.212-4, Contract Terms and Conditions ? Commercial Items? applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR Clause ?52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items? and the following clauses were selected as applicable to the acquisition: (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) (2) 52.2333-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub L. 108-77, 108-78) 1 (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). 0 (ii) Alternate 1 (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 1 (15) 52.222-3, Convict Labor (June 2003)(E.O. 11755). 1 (16) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 1 (17) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 1 (18) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 1 (19) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 1 (20) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 1 (21) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 1 (22) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 1 (25) (i) 52.225-3, Buy American Act ?Free Trade Agreements ? Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169), 1 (ii) Alternate I (Jan 2004) of 52.225-3 , 1 (27) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 1 (32) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). 1 (36) (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). There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. Note 1 will apply. The date, time and place offers are due is 18 May 2007 at 2 pm Alaska Time. Contact Denise Murphy for information regarding this solicitation at telephone number 907-743-9531 or denisemurphy@fs.fed.us.
 
Place of Performance
Address: Seward Ranger District, 29847 Seward Highway, Seward AK
Zip Code: 99664
Country: UNITED STATES
 
Record
SN01288658-W 20070509/070507220146 (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.