SOLICITATION NOTICE
99 -- RECOVERY - SIGNS, FLATHEAD NATIONAL FOREST
- Notice Date
- 1/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
- ZIP Code
- 80401
- Solicitation Number
- AG-82B1-S-10-0135
- Archive Date
- 3/3/2010
- Point of Contact
- Beverly L Thompson, Phone: 3032755091
- E-Mail Address
-
beverlythompson@fs.fed.us
(beverlythompson@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY (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; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFQ Number AG-82B1-S-10-0135. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 339950, Sign Manufacturing. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: Flathead National Forest and Plains Ranger District. (a) See Table of Supplies and Services in the Addendum (VI) Detailed description of requirements is included in attached statement of work and exhibits. The following is a general description of the services to be performed: The project consists of providing all materials, labor and transportation to deliver all signs listed in the schedule of items (VII) Date(s) and place(s) of delivery and acceptance: Location for performance is specified in the statement of work. Period of Performance. The Warning and Regulatory signs shall be delivered by May 1, 2010. All other signs shall be delivered by July 1, 2010. The Contract shall be completed by July 1, 2010. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. See Addendum for additional instructions. (IX) Offers will be evaluated on their past performance, their experience, Experience Questionnaire attached, to successfully complete this project, and the price quoted. (a)Award will be made to the responsible offeror whose proposal, conforming to the solicitation, is determined to be the best value to the Government, experience and price factors considered. (b)Each offeror’s proposal will be evaluated with respect to the past performance, experience, and price factors. The non-price factors, when combined, are approximately equal to cost or price. (c)Price will contribute significantly to the source selection decision and will be evaluated as to completeness, realism and reasonableness. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), with its quote or complete the Representations and Certifications on line at HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2009), Alternate I applies to this acquisition. The following clauses under subparagraph (b) apply:2, 3, 4,8i, 19, 20, 21, 22, 23,24,25,30 and 38. The following clauses under subparagraph (c) apply: 1 This solicitation is issued under the American Recovery and Reinvestment Act and all requirements of the Act apply. The appropriate clauses are included under subparagraph (b) above. (XIII) The following clauses are also applicable to this acquisition: None (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MT on February 16, 2010. All quotes must be mailed or emailed to the attention of Beverly L Thompson. The email address is beverlythompson@fs.fed.us. Hardcopy proposals may be sent to USDA Forest Service - Intermountain EROC, 740 Simms St. Lakewood, CO 80401. Proposals may be on the Offerors letterhead and must state the solicitation number (AG-82B1-S-10-0135) on the cover page and in the subject line of e-mails (FAILURE TO PROVIDE THE SOLICITATION NUMBER IN THE SUBJECT LINE OF ANY E-MAILED OFFERS MAY RESULT IN YOUR OFFER NOT BEING CONSIDERED. FAXED OFFERS WILL NOT BE ACCEPTED). Be sure to include the information requested in (VIII) above as well as the information provided in the addendum with your proposal. (XVI) Any questions regarding this solicitation should be directed to Beverly Thompson at 303-275-5091, email address beverlythompson@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eea4fb6a284e7d8c37f0ab9122feccf5)
- Place of Performance
- Address: SEE ABOVE, United States
- Record
- SN02053364-W 20100131/100129235645-eea4fb6a284e7d8c37f0ab9122feccf5 (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 |