Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2008 FBO #2502
SOLICITATION NOTICE

55 -- White Oak #2A Common, Circular Rough Sawn and White Pine #2 Common, Circular Rough Sawn

Notice Date
9/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, WASO - HPTC - Historic Preservation Training Center Gambrill House4801-A Urbana Pike Frederick MD 21704
 
ZIP Code
21704
 
Solicitation Number
N2680090001
 
Response Due
10/9/2008
 
Archive Date
9/30/2009
 
Point of Contact
Sheila Rushlow Contract Specialist 3016638206103 sheila_rushlow@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number N2680090001 is issued as a Request for Proposal (RFP) for the Contractor to furnish and deliver: White Oak #2A Common, Circular Rough Sawn and White Pine #2 Common, Circular Rough Sawn. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-26. The North American Industry Classification System (NAICS) is 423310. The Solicitation is a total Small Business Set-Aside, Size Standard 100 Employees. The Contractor shall furnish and deliver White Oak #2, Circular Rough Sawn. Kiln dried or air dried lumber would be the first preference, however the Government will accept green lumber in accordance with cut sheet sizes as follows: (1) Thickness/In: 10", Width/In: 12", Length/Ft. 16', Board Foot Each: 160, Unit Each, Quantity 2, Total Board Foot 320, Total Price $________________; (2) Thickness/In: 10", Width/In: 12", Length/Ft. 10', Board Foot Each: 100, Unit Each, Quantity 2, Total Board Foot 200, Total Price $________________; (3) Thickness/In: 10", Width/In: 10", Length/Ft. 12', Board Foot Each: 100, Unit Each, Quantity 8, Total Board Foot 800, Total Price $________________; (4) Thickness/In: 6", Width/In: 6", Length/Ft. 10', Board Foot Each: 30, Unit Each, Quantity 11, Total Board Foot 330, Total Price $________________; (5) Thickness/In: 6", Width/In: 6", Length/Ft. 12', Board Foot Each: 36, Unit Each, Quantity 1, Total Board Foot 36, Total Price $________________; (6) Thickness/In: 6", Width/In: 6", Length/Ft. 8', Board Foot Each: 24, Unit Each, Quantity 1, Total Board Foot 24, Total Price $________________; (7) Thickness/In: 8", Width/In: 9", Length/Ft. 10', Board Foot Each: 60, Unit Each, Quantity 2, Total Board Foot 120, Total Price $________________; (8) Thickness/In: 6", Width/In: 10", Length/Ft. 8', Board Foot Each: 40, Unit Each, Quantity 1, Total Board Foot 40, Total Price $________________; (9) Thickness/In: 3 1/4, Width/In: 6 1/4, Length/Ft. 16', Board Foot Each: 27, Unit Each, Quantity 15, Total Board Foot 405, Total Price $________________; (10) Thickness/In: 4, Width/In: 4, Length/Ft. 12', Board Foot Each: 16, Unit Each, Quantity 3, Total Board Foot 48, Total Price $________________; (11) Thickness/In: 4, Width/In: 4, Length/Ft. 10', Board Foot Each: 13.2, Unit Each, Quantity 5, Total Board Foot 66, Total Price $________________; (12) Thickness/In: 1 1/4, Width/In: 6, Length/Ft. 12', Board Foot Each: 12.56, Unit Each, Quantity 6, Total Board Foot 75.36, Total Price $________________; (13) Thickness/In: 1 1/4, Width/In: 8, Length/Ft. 12', Board Foot Each: 10, Unit Each, Quantity 12, Total Board Foot 120, Total Price $________________; (14) Thickness/In: 3/4, Width/In: 7 1/2, Length/Ft. 8', Board Foot Each: 4, Unit Each, Quantity 48, Total Board Foot 192, Total Price $________________; (15) Thickness/In: 1, Width/In: 3, Length/Ft. RL, Board Foot Each: 2.5, Random Length: 8'-12', Unit Each, Quantity 140, Total Board Foot 350, Total Price $________________; (16) Thickness/In: 7/8", Width/In: 7, Length/Ft. RL, Board Foot Each: 6.6, Random Length: 10'-16', Unit Each, Quantity 90, Total Board Foot 594, Total Price $________________; and Delivery of Materials 1 Job $_______________. Delivery of all materials is required by October 27, 2008. The Contractor shall deliver to: Cradle of Forestry, 11250 Pisgah Highway (State Route 276), Pisgah Forest, North Carolina 28768. The following provisions and clauses are applicable to this acquisition and are available at: http://acquisition.gov/compl/far/loadmainre.html. The following provisions and clauses are applicable to this acquisition and are available at: http:acquisition.gov/comp/far/index.html. FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, 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, FAR 52.212-5, Contract Terms and Conditions, FAR 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development (SEPT 2000) (a) If the Contractor failed to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall pay the Government liquidated damages of $3,150 per calendar day of the delay. (b) If the Government terminates this contract in whole or in part under the Default Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without fault or negligence of the Contractor as defined in the Default-Fixed-Price Supply and Service clause in this contract. FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). Evaluation of Commercial Items: The following evaluation criteria will be used to evaluate proposal submission: (1) Confirm your ability to meet the October 27, 2008 delivery date; (2) Confirm your ability to provide circular rough sawn lumber and identify whether or not material will be provided green or dried; (3) Confirm your understanding of the consequences of failure to meet the delivery date based on the Liquidated Damages Clause. The evaluation criteria are listed in descending order of importance. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer conforming to the solicitation will be based on the best value to the Government, cost and price and other factors considered. Technical capabilities are significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. The evaluation criteria are listed in descending order of importance. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer conforming to the solicitation will be based on the best value to the Government, cost and price and other factors considered. Technical capabilities are significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Proposals shall be submitted in an original and three by no later than 12:00 p.m., Eastern Standard time on October 9, 2008 to: National Park Service, Historic Preservation Training Center, Attention: Sheila Rushlow, 4801A Urbana Pike, Frederick, Maryland 21704. No faxed or Email proposals are authorized. Proposals shall include the following information: Technical Information: (1) Confirm your ability to meet the October 27, 2008 delivery date; (2) Confirm your ability to provide circular rough sawn lumber and identify whether or not material will be provided green or dried; (3) Confirm your understanding of the consequences of failure to meet the delivery date based on the Liquidated Damages Clause. Business Management Cost Proposal: (1) Identification of Material, Quantity, Unit Price and Total Cost using the above format; (2) Confirm registration in Contractor Central Registry www.ccr.gov and provide a Dunn and Bradstreet Number. Failure to be registered in ccr could cause the proposal to be unacceptable; (3) completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and originally signed copy of Standard Form 1449 downloadable through http://acquisition.gov/comp/far/current/html/subpart%2053_2.html, go to 53.212 Acquisition of Commercial Items, SF 1449. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 90 days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before October 10, 2008. All questions shall be submitted in writing via fax or Email. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6f2046c5366dc36ba59f46cde04f5d6e&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's Facility with delivery to Pisgah Forest, North Carolina<br />
Zip Code: 28768<br />
 
Record
SN01685962-W 20081002/080930223133-6f2046c5366dc36ba59f46cde04f5d6e (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.