Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

42 -- Fold and Roll Emergency Signs

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, North Zone, Lease Contracting, 3644 Avtech Parkway, Redding, California, 96002
 
ZIP Code
96002
 
Solicitation Number
AG-9A73-S-10-0004
 
Archive Date
10/8/2010
 
Point of Contact
JEANNIE E VAUGHN, Phone: 530-226-2702
 
E-Mail Address
jvaughn@fs.fed.us
(jvaughn@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
1. 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 announcement constitutes the solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. 2. Solicitation No. AG-9A73-S-10-0004 s issued as Request for Quotation (RFQ) and will be awarded as a firm-fixed price contract for 550 Fold and Roll Signs. DUE DATE for receipt of quotes is September 23, 2010 by close of business (4:30 pm PT). Submit written offers only; oral offers will not be accepted. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This procurement is for commercial items and is set aside for small business under NAICS 332999, with a small business size standard of 500 (No. of Employees). 4. The solicitation consists of supplying Fold and Roll signs to be used on Emergency Incidents. Delivery may be requested to separate locations - one half of order being shipped to Northern California and the other half being shipped to Southern California. 5. Contractor shall provide 550 each Fold and Roll signs as described below. Delivery is 30-45 days after receipt of award. FOB Destination. 6. Written documentation such as a brochure or description from product catalog detailing the specifications of the product you are proposing needs to be submitted as part of your quote. 7. The unit price quote for each CLIN shall be inclusive of freight, handling, with no sales tax. The federal government is exempt from sales tax. 8. The intent of this solicitation and any resultant contract is to obtain 550 Fold and Roll Signs per the attached specifications listed below: The U.S. Forest Service, Pacific Southwest Region, Fire and Aviation Management has a requirement to procure Fold and Roll signs to be used on Emergency Incidents. The Fold and Roll sign is a complete sign and stand combination that is lightweight and is designed for ultra compact storage and super fast deployment. Sign is a diamond shaped 36 inch sign. The face of the sign is to be constructed of Super Bright Reflective materials as recommended by the FHWA and NFPA for use at emergency scenes. Color of signs are Fluorescent Pink. The signs requested in this solicitation must comply with MUTCD (Manual on Uniform Traffic Control Devices) standards. The stand portion of the sign/stand combo is to be constructed of powder coated steel and aircraft quality aluminum. Stand must have a center locking hub and spring system for stability that can provide secure support to the sign during windy conditions, vehicle impact force and set-up on uneven terrain. Stand to have 22 inch legs that telescope to 38 inches. Stand must be MUTCD and NCHRP-350 compliant. DynaFlex compact stand or equal. CLIN 001------- 275 EA @ Pink Fluorescent Fold and Roll Signs - Flagger Symbol CLIN 002------- 275 EA @ Pink Fluorescent Fold and Roll Signs - Emergency Scene Ahead 9. Quotes must include vendor's TIN (Tax Identification Number). 10. Quotes must include a completed copy of [FAR] 52.212.3 Offeror Representations and Certifications, Commercial Items, paragraphs (c) through (m). If the Offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, submit only paragraph (b) from the provisions and a DUNS number. 11. All offers are required to be registered in the Central Contractor Registration http://www/ccr.gov. To verify the government needs the the DUNS number per paragraph 10. 12. Additionally, the following Federal Acquisition Regulations (FAR) provisions and clauses are applicable to this acquisition, FAR 52.212-01, Instructions to Offerors--Commercial Items (The following are addenda to FAR clauses 52.212.1 paragraph (b) submission quoters shall also include (1) specifications literature for items being offered. 13. FAR 52.212-02 Evaluation of Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.203-6 Restrictions on Subcontractor sales to the Government, with alternate 1, FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.211-6 Brand Name of Equal, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-28, Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor -Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports for on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated products, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. For full text of FAR Clauses, the web site address is http://www.arnet.gov 14. EVAUATION OF COMMERCIAL ITEMS: The Government will award to the responsible quoter based on the following: 1. Price; 2. Specifications of items meeting or exceeding the requirements above; and 3. Past Performance of contractor as it relates to delivering items in specified time frame and quality of products delivered. 15. The Government reserves the right to award to the quoter providing the best value to the Government. Award may not necessarily be made to the quoter submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible quoter whose offer conforms to the solicitation and the most advantageous to the Government. The Government intends to to evaluate offers and award a contract without discussions with quoters. Therefore, the quoter's initial offer should contain the quoter's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is in the public interest, accept other than the lowest offer; and waive in formalities and minor irregularities in offers received. Any questions in regards to this solicitation are due via E-mail to jvaughn@fs.fed.us no later than 4:00 PM Pacific Standard time on 15 September 2010. Questions will not be accepted after this time. 16. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items (CLIN 001 and CLIN 002), delivery time after receipt of contract, payment terms, correct remittance address; DUNS number; Tax ID number; and documentation/information to allow the government to determine if items you are proposing meet the government's requirements and the evaluation factors in 14 above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JHA/AG-9A73-S-10-0004/listing.html)
 
Place of Performance
Address: U.S. Forest Service, 6101 Airport Road, Redding, CA 96002, Redding, California, 96002, United States
Zip Code: 96002
 
Record
SN02272220-W 20100910/100908234959-e66c521e7b70535c799f99bffe176bec (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.