SOLICITATION NOTICE
56 -- RECOVERY Repair Boardwalks at Crescent Beach and Redwood Creek Picnic Areas. PWR ARRA REDW #130519 RECOVERY
- Notice Date
- 4/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- PWR - REDW Redwood National and State Parks 1111 Second Street Crescent City CA 95531
- ZIP Code
- 95531
- Solicitation Number
- Q8486100038
- Response Due
- 5/5/2010
- Archive Date
- 4/22/2011
- Point of Contact
- Kathryn J. Crowthers Contract Specialist 7074657315 Kathryn_Crowthers@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- RECOVERY TAS::14::1035::TAS RECOVERY Repair Boardwalks at Crescent Beach and Redwood Creek Picnic Areas PWR ARRA REDW #130519This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote (RFQ) No. Q8486100038. The FAR clauses and provisions enclosed are those in effect through Federal Acquisition Circular (FAC) 2005-40. This solicitation is a total set-aside for small business. The NAICS code is 444190-Other Building Materials Dealers, with an associated small business size standard of $7,000,000. A firm, fixed price contract will be awarded for these commercial items. Multiple awards may be made from this RFQ. Offerors are not required to submit a quote for all items, but shall enter a 0 on the lines for which no quote is made. Description of Items Required: Treated lumber, concrete and supplies needed for ARRA funded project to repair boardwalk at Crescent Beach and Redwood Creek Picnic Areas. (PMIS#130519) CLIN QTY U/I ITEM DESCRIPTION 001 2 cy 5-sack ready-mix concrete, delivered to Crescent Beach Picnic area002 56 cy 5-sack ready-mix concrete, delivered to Redwood Creek Picnic Area003 96 ea 2"x6"x16' Douglas fir number two or better004 400 ea Steel form stakes, "x24"005 210 ea Number Four Re-Bar "x20"006 480 ea Concrete Dobie Blocks007 2 bx Steel Twist Ties008 2 bx Eight Penny Duplex Nails009 390 ea 3/8"x7" Stainless Steel Anchor bolts010 94 ea 2"x4"x16' Pressure treated lumber011 2 bx Stainless Steel Screws number 10x3" DELIVERY: FOB Destination to Redwood National and State Parks. Lumber and hardware shall be delivered on or about May 17 to North Operations Center, 500 Aubell Lane, Crescent City, CA 95531. Preferred delivery days are Monday through Thursday between 8am and 4pm Pacific Daylight Time. Delivery must be coordinated at least 48 hours in advance. Concrete shall be delivered to Crescent Beach Picnic Area near Crescent City, CA on or about June 14 and Redwood Creek Picnic Area near Orick CA on or about August 16. Actual delivery dates will be on call from the government and may be up to three weeks before or after the projected dates. PRICE SCHEDULE: CLIN001, Ready-mix concrete (Crescent Beach), $______per cy x 22 = $___________, CLIN002, Ready-mix concrete (Redwood Creek), $_____per cy x 56 = $_________, CLIN003, 2"x6"x16', $_________ ea x 96 = $_________, CLIN004, Steel from stakes "X24" $________ ea x 400 = $________, CLIN005, Number Four Re-Bar "x20", $________ ea x 210 = $___________, CLIN006, Concrete Dobie Blocks $________ x 480 = $________, CLIN007, Steel Twist Ties, $________ per box x 2 = $_________, CLIN008, Eight Penny Duplex Nails $________per box x 2 = $________, CLIN009, 3/8"x7" Stainless Steel Anchor bolts $__________ea x 390 = $________, CLIN010, 2"x4"x16' Pressure treated lumber, $________ ea x 94 = $__________, CLIN011, Stainless Steel Screws number 10x3", $________ per box x 2 = $___________________Delivery time after receipt of award = __________________daysTOTAL QUOTE = $___________________ Offerors must return a completed bid schedule and the following information: company name, official point of contact, DUNs Number, full address, telephone and fax numbers and email address. The following FAR provisions and clauses are applicable to this acquisition; these clauses can be accessed through website http://www.acquisition.gov/far 52.203-15 Whistleblower Protections52-204-7 Central Contractor Registration (CCR52.212-1 Instructions to Offerors - Commercial Items52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; items (a) 1 and 3; (b) 3,8,19,20,21,22,24,30 and 3852.232-1 Payments (fixed price) Contractors must be registered in the Central Contractor Registration (CCR) government system prior to award to be eligible for award of government contracts. The link can be found at http://www.ccr.gov. Contractors are also required to provide on-line representations and certifications at http://orca.bpn.gov No oral quotations will be accepted. All quotations must be signed by an authorized company official. Offers may be mailed, e-mailed (preferred), faxed or hand delivered, and are due at the contracting office no later than May 5, 2010 Address: National Park Service, 1111 Second Street, Crescent City CA 95531 ATTN: Contracting E-mail Address: kathryn_crowthers@nps.gov. Fax (707) 464-5846. Requests for Information: All requests must be submitted in writing to: E-mail Address: kathryn_crowthers@nps.gov The resulting contract from this combined synopsis/solicitation will be funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Due to the magnitude of this order and IAW DOI class deviation dated Feb 25, 2010 the successful vendor is exempt from the reporting requirements of FAR clause 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8486100038/listing.html)
- Place of Performance
- Address: Redwood National and State ParksNorth Operations Center500 Aubell LaneCrescent City, CA
- Zip Code: 955315951
- Zip Code: 955315951
- Record
- SN02129682-W 20100424/100422235037-a28290e932d707e497785ba49cfaf607 (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 |