SOLICITATION NOTICE
51 -- WEDGE, PLASTIC, TREE FALLING, RIFLED, 8 INCH
- Notice Date
- 7/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Interior, Bureau of Land Management, National Centers Region, L FA-NTL INTRAGCY FIRE CTR(FA250)3833 S. DEVELOPMENT AVE.BOISEID83705US
- ZIP Code
- 00000
- Solicitation Number
- L09PS01021
- Response Due
- 7/24/2009
- Archive Date
- 8/23/2009
- Point of Contact
- Colson, Kathleen M 208-387-5545, kcolson@blm.gov<br />
- E-Mail Address
-
Colson, Kathleen M
(kcolson@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation is set-aside 100% for Small Business. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation number L09PS01021. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-35. The NAICS code is 423830. The business size standard is 500 employees. The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) has a requirement for 6,000 each Plastic Rifled Tree Falling Wedges, 8 inch. The wedges shall be approximately 8 inches in length, approximately 1 inch thick and approximately 2.75 inches wide. The wedges shall have a have a pair of grooves on one side and rails on the other to help the wedges stay in place when they are stacked on each other. All items shall be delivered FOB Destination to the National Interagency Fire Center, Bureau of Land Management, 3833 South Development Avenue, Boise, ID 83705 within 20 days of award. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the Contractor and included in the unit price quoted for each item. Upon delivery, the items shall be visually inspected by the Government for compliance with the contract specifications. No items shall be accepted that do not comply with the specifications. Final acceptance shall be the responsibility of the Contracting Officer (CO). The following provisions and clauses apply to this procurement: FAR 52.204-07 CENTRAL CONTRACTOR REGISTRATION; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-06; FAR 52.219-28; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-50; FAR 52.225-1; FAR 52.225-13; FAR 52.232-33); FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-02 EVALUATION-COMMERCIAL ITEMS Past Performance shall equal Price. PAST PERFORMANCE: Offeror shall provide company/organization names, name of contact person and telephone number for three (3) contracts/orders performed within the last year of similar magnitude. Past performance can be based on the Contracting Officer's knowledge, contractor provided references, and other reasonable sources. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Quotes must be received by July 24, 2009, 4:30pm MDT at the Bureau of Land Management, National Interagency Fire Center, 3833 South Development Avenue, Boise, ID 83705-5354, by FAX at 208-387-5574, or electronic submission via www.fedconnect.net. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L09PS01021/listing.html)
- Record
- SN01880418-W 20090722/090720234843-32efe12faeacb0e307714e226b835b08 (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 |