Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

54 -- Evaporative Toilet Buildings - Evaporative Toilet Building Specifications

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern Province Acquisitions, Redding Office, 3644 Avtech Parkway, Redding, California, 96002, United States
 
ZIP Code
96002
 
Solicitation Number
AG-9A28-S-10-0074
 
Point of Contact
Marilyn Ladd, Phone: 530 226-2451
 
E-Mail Address
mladd@fs.fed.us
(mladd@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications 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. This solicitation document incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-44. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-9A28-S-10-0074 and is a Request for Quotation (RFQ). Submit written offers only, oral offers will not be accepted. This acquisition is a 100% small business set-aside. The Northern American Industry Classification System (NAICS) code is 321992 and the size standard is 500 Employees. Only one contract will be awarded. A firm-fixed price purchase order will be issued. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. DESCRIPTION: The Six Rivers NF desires to acquire two (2) identical, new pre-fabricated restroom buildings with evaporator waste treatment systems. This requirement is for the buildings only, the installation will occur separately. The buildings are intended to be installed at high elevation lookout sites with limited access. The buildings shall be pre-engineered and pre-manufactured, including vault evaporator system, building, structure, plumbing, fixtures and wiring necessary for the operation of the building. SEE ATTACHED EVAPORATIVE TOILET SPECIFICATIONS for building characteristics. DESIRED DELIVERY DATE: The delivery date of the toilet buildings is negotiable but shall be made no later than March 31, 2011. The building shall be wrapped for protection during transportation. The building floor slab shall be designed and engineered with pick-up points for off loading and installation. The Contractor shall coordinate building deliveries at least two weeks in advance with the Forest Service. DELIVERY LOCATIONS: Delivery of one toilet each shall be FOB DESTINATION to two separate locations: 1. Smith River NRA, 10600 Highway 199, Gasquet, CA 95543 2. Mad River Ranger District, 741 State Highway 36, Bridgeville, CA 95526. EVALUATION FACTORS. The Government will award the contract to that responsible vendor whose quotation, conforming to the combined synopsis/solicitation, will be most advantageous to the Government, considering proposed building that meets or exceeds specified requirements, past performance and price. Non- price factors are slightly more important than price. SUBMISSION REQUIREMENTS: Submit pricing information on company letterhead (include DUNS number) with other requested information. Pricing shall include all shipping with a lump sum price per building. The vendor shall submit information regarding the proposed building offered; this should include product literature, drawings and other specifications. A proposed delivery date should be included. Offerors should furnish a reasonable number of references for past performance. The Government may contact references to inquire if: (1) that the offeror was capable, efficient, and effective; (2) the offeror's performance conformed to the terms and conditions of its contract (specifications); (3) finished within the contract time; (4) the offeror was reasonable and cooperative during performance; and (5) the offeror was committed to customer satisfaction. Past performance information that will be considered is not limited to the references provided by the offeror. Representations and Certifications shall be submitted in accordance with FAR 52.212-3 unless registered in ORCA as described below. PROVISIONS AND CLAUSES applicable to this solicitation are listed below and incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) The following addenda is provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Name; Address; Telephone Number of Offeror;; Price; Any Discount Terms, Response to non-price evaluation factors and Acknowledgement of all Solicitation Amendments. Quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile or mail. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009) Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision shall to be completed. This clause can be downloaded from the following website http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010); the following FAR clauses are applicable as listed in 52.212-5 FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.219-14 Limitations on Subcontracting (Dec 1996) FAR 52.219-28 Post Award Small Business Program Representation (Apr 2009) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR 52.222-54 Employment Eligibility Verification (Jan 2009) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) RESPONSE TIME: Request for Quotation will be accepted at Northern Province Acquisitions, 3644 Avtech Parkway, Redding, CA 96002 NO LATER THAN 4:30 p.m. Pacific Daylight Time on September 2, 2010. Quotations may be faxed to 530-226-2474 or emailed to mladd@fs.fed.us. Point of Contact for this solicitation is Marilyn Ladd, 530-226-2451.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A28/AG-9A28-S-10-0074/listing.html)
 
Place of Performance
Address: Six Rivers National Forest, Gasquet and Bridgeville, CA, Gasquet, California, 95543, United States
Zip Code: 95543
 
Record
SN02248785-W 20100822/100820235145-2a573c2172781d557d3ea4ce907a839d (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.