SOLICITATION NOTICE
59 -- Operation and Maintenance Electronic Parts for San Bernardino National Forest - Bill of Materials
- Notice Date
- 12/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, WO-AQM IT Support, 333 Broadway Blvd, SE, Albuquerque, New Mexico, 87102
- ZIP Code
- 87102
- Solicitation Number
- AG-7604-S-11-0007
- Point of Contact
- Kathleen M. Kreider, Phone: 5058423815, James G. Bailey, Phone: 505-842-3382
- E-Mail Address
-
kkreider@fs.fed.us, jgbailey@fs.fed.us
(kkreider@fs.fed.us, jgbailey@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Bill of Materials 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 only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-7604-S-11-0007. The solicitation is a request for proposal (RFP) for a Firm Fixed Price award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This solicitation is a total Small Business Set Aside. The NAIC code is 334220 and the business size standard is 750. Requests for Quotes are Due 17 December 2010 by 1:00 PM Eastern Time. See attached schedule of equipment/supplies for a list of contract line item number(s) and items, quantities and units of measure. FOB destination to delivery location: USDA Forest Service, San Bernardino National Forest, 4121 Quail Canyon Rd, San Bernardino, CA, 92404. Shipping shall be FOB DESTINATION. The vendor must be capable of procuring and delivering the equipment and parts listed within the contract within 30 days of contract award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision is: Evaluation factors and significant subfactors as stated in the solicitation are as follows. Award will be made on the basis of the lowest evaluated price of a proposal meeting or exceeding the acceptability standards for non-cost factors. (a) 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 factors shall be used to evaluate offers: The non-cost factors are: 1) Meets the technical requirements of the specifications; and 2) Meets required delivery date as specified in the solicitation; and 3) Past Performance. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include a completed copy of the provision at 52.212-3. Only offers received by the closing date will be accepted. QUOTES SHALL INCLUDE THE FOLLOWING: 1. Completed Standard Form 1449 2. Narrative that addresses how you will meet the Technical Requirements as provided in the attached Bill of Materials and the Required Delivery Date. 3. The offeror shall provide past performance information for evaluation. The offeror must illustrate clearly how relevant present and past projects have been accomplished, including accolades and failures. To verify past performance, the offeror must provide points-of-contact, phone numbers, email addresses, project period of performance start and end dates, and a description of up to three projects are relevant and of similar magnitude that were completed or are in process during the three (3) years preceding the date of this request. Please reference timeliness (adherence to schedule), work quality, and types and scopes of services provided. Failure to fully comply with the preceding may result in the quote being dropped from further consideration 4. Completed pricing schedule (to be ATTACHED). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.203-6, 52.219-27, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-15, 52.225-5, 52.225-13, 52.232-33, 52.239-1, 52.223-15 Primary Point of Contact.: Kathleen Kreider (505) 842-3815 Secondary Point of Contact: James G. Bailey Contracting Office Address: 333 Broadway Blvd, SE Albuquerque, New Mexico 87102
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/AG-7604-S-11-0007/listing.html)
- Place of Performance
- Address: USDA Forest Service, San Bernardino National Forest, Del Rosa Work Center, 4121 Quail Canyon Rd, San Bernardino, California, 92404, United States
- Zip Code: 92404
- Zip Code: 92404
- Record
- SN02337993-W 20101205/101203233903-71f6791d9fb35ca54aa46339b4986ad7 (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 |