Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

54 -- Kennel Creek Cabin Kit Supply - Specifications

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-09-0137
 
Archive Date
12/31/2009
 
Point of Contact
Stephen M. Patton, Phone: 907-228-6240, A Kay Steffey, Phone: 907-747-4273
 
E-Mail Address
spatton@fs.fed.us, ksteffey@fs.fed.us
(spatton@fs.fed.us, ksteffey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings Secification Document A.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. B.The solicitation number is AG-0116-S-09-0137, Kennel Creek Cabin Kit Supply, is being issued as a Request for Proposals (RFP). C.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. D.This is a small business set-aside with an associated NAICS code of 321992 and small business size standard of 500 employees. E.The following are this solicitation’s list of contract line item number(s) and items, quantities and units of measure: F.Line Item 1: Furnish engineering, manufacture, and delivery of cabin kit Line Item 2: Furnish materials for deck, foundation, and millwork (furniture) for cabin See separate Specifications document for details. G.Provisions and Clauses 1.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/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html 2.FAR 52.212-1 Instructions to Offerors—Commercial Items (June 2008) Submit proposals to Stephen M. Patton by close of business, September 16, 2009: a.FAR 52.212-1 is tailored as follows: Paragraph (b), Submission of offers¸ is changed to add a subparagraph which reads: (12) Techical Proposal Instructions. Proposals submitted in response to this solicitation should include (1) the proposed wood species to be used for the cabin, (2) a drawing showing the proposed floorplan and a wall cross-section (if available) or a statement that the proposed cabin will conform to the specifications, (3) a brief narrative describing the recommended method of constructing the cabin, (4) past performance information for the manufacturer and design professional in accordance with (b) (10) of this clause, and (5) a proposed schedule including timelines for design, reviews, kit fabrication and shipping. b.Mail or hand deliver proposal to: Tongass N.F. Contracting, 648 Mission Street Federal Building, Ketchikan, Alaska 99901 c.Fax to: (907) 228-6241 3.FAR 52.212-2 Evaluation – Commercial Items (JAN 1999) 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 equally important factors shall be used to evaluate offers: a.Cabin design and materials b.Past performance c.Experience of the manufacturer and design professional d.Proposed delivery schedule The technical factors, in combination are slightly more important than price. 4.FAR 52.212-3 Offeror Representations and Certifications—Commercial Items (JUN 2009) 5.FAR 52.212-4 Contract Terms and Conditions—Commercial Items (MAR 2009) 6.FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (JUN 2009) The following clauses were selected as applicable to the acquisition. (6) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (16) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). (17) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (18) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (20) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (21) 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). (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). (37) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). H. The following clauses are included in this acquisition: FAR 52.217-5Evaluation of Options FAR 52.217-7Option for Increased Quantity—Separately Priced Line Item, fill-in: 90 calendar days after the Notice of Award. I.There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. J.Contact Stephen M. Patton for information regarding this solicitation at (907) 228-6240, spatton@fs.fed.us. K.Attachments: 1.Statement of Work 2.Drawings
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-09-0137/listing.html)
 
Record
SN01931828-W 20090830/090829003723-2e0e5eb0f7586581c1bffa4289e70a1b (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.