Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2013 FBO #4211
SOLICITATION NOTICE

56 -- Alaskan Yellow Cedar and Western Red Cedar Shakes and Starters

Notice Date
6/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423330 — Roofing, Siding, and Insulation Material Merchant Wholesalers
 
Contracting Office
National Park Service, HPTC4801A Urbana PikeFrederickMD21704US
 
ZIP Code
00000
 
Solicitation Number
P13PS00894
 
Response Due
6/14/2013
 
Archive Date
7/14/2013
 
Point of Contact
MICHAEL CLARKE
 
E-Mail Address
michael_clarke@nps.gov
(michael_clarke@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number P13PS00894 is issued as a Request for Proposal (RFP) for Alaskan Yellow Cedar shakes and starters, and Western Red Cedar shakes and starters. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-66. The North American Industry Classification System (NAICS) is 423330. The Solicitation is a total Small Business Set-Aside, Size Standard 100 Employees. The Contractor shall furnish and deliver the following quantities and features: 21 Squares of Alaskan Yellow Cedar, 18 inch long, medium, Certi-Sawn, Taper Sawn, Premium Grade with 100% vertical edge grain and no knots, Certi-Last preservative treated shakes, between 4 inches and 6 inches in width and be 5/8th inches in thickness at the butt and shall be provided in a random pattern with a 5 inch exposure, and feature the Fish Scale style, round butt pattern, in accordance with the attached drawing entitled Clover Hill Tavern Alaskan Yellow Cedar Premium Shake Dimensions Fish Scale Pattern and 2 Squares of Alaskan Yellow Cedar Starters, 15 inch long, medium, Certi-Sawn, Taper Sawn, Certi-Last preservative treated, square butt Starters, delivered to Appomattox Court House National Historical Park, 234 George Peers Drive, Appomattox, Virginia, pricing provided as follows: 21 Squares of Alaskan Yellow Cedar Shakes at $__________ per unit = $__________, 2 Squares of Alaskan Yellow Cedar Starters at $__________ per unit = $__________, Delivery Price 1 Job $__________, Subtotal $___________; 42 Squares of Alaskan Yellow Cedar, 18 inch long, medium, Certi-Sawn, Taper Sawn, Premium Grade with 100% vertical edge grain and no knots, Certi-Last preservative treated shakes, between 4 inches and 6 inches in width and be 5/8th inches in thickness at the butt and shall be provided in a random pattern with a 5 inch exposure, and feature 45-degree clipped corners measured 1 along each leg of the triangle in accordance with the attached drawing entitled McLean House Complex Alaskan Yellow Cedar Premium Shake Dimensions 45-Degree Clipped Corners and 2 Squares of Alaskan Yellow Cedar Starters, 15 inch long, medium, Certi-Sawn, Taper Sawn, Certi-Last preservative treated, square butt Starters, delivered to Appomattox Court House National Historical Park, 234 George Peers Drive, Appomattox, Virginia, pricing provided as follows: 42 Squares of Alaskan Yellow Cedar Shakes at $__________ per unit = $__________, 2 Squares of Alaskan Yellow Cedar Starters at $__________ per unit = $__________, Delivery Price 1 Job $__________, Subtotal $___________; 44 Squares of Western Red Cedar, 24 inch long, medium, Certi-Sawn, Taper Sawn, Premium Grade with 100% vertical edge grain and no knots, Certi-Last preservative treated shakes, 4-15/16th inch width and be 5/8th inches in thickness at the butt and shall be provided at a 7 inch exposure, and feature the Fish Scale style, round butt pattern, in accordance with the attached drawing entitled Nelson House Western Red Cedar Premium Shake Dimensions Fish Scale Pattern and 2 Squares of Western Red Cedar Starters, 15 inch long, medium, Certi-Sawn, Taper Sawn, Certi-Last preservative treated, square butt Starters, delivered to Colonial National Historical Park, Nelson House, 508 Main St., Yorktown, Virginia, pricing provided as follows: 44 Squares of Western Red Cedar Shakes at $__________ per unit = $__________, 2 Squares of Western Red Cedar Starters at $__________ per unit = $__________, Delivery Price 1 Job $__________, Subtotal $___________; TOTAL PRICE $___________. Delivery of all materials shall be on or before July 22, 2013 between the hours of 8:00 a.m. and 3:00 p.m. All bundled shakes shall be manufactured and graded only by a Cedar Shake and Shingle Bureau member with attached Certi-Label brand for Certi-Sawn and Certi-Last shakes. The Contractor shall be responsible for offloading shakes and starters at final destinations. Advance notice shall be given to the Contracting Officers Representative (COR) at least 2 business days prior to delivery. Final inspection and acceptance of materials by the Government will occur when materials arrive to their respective delivery locations. Should any deviations and exceptions to the above requirement be taken, the Offeror shall identify in writing with their response. The following provisions and clauses are applicable to this acquisition and are available at: www.arnet.gov FAR 52.212-1, Instructions of OfferorsCommercial Items, FAR 52.212-2, EvaluationCommercial Items, FAR 52.212-4, Contract Terms and ConditionsCommercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development (Sept 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $1,500.00 per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default-Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default-Fixed-Price Supply and Service clause in this contract. FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). The Government reserves the right to make award without further discussion. Proposals shall be submitted in an original no later than 12:00 p.m. on June 14, 2013 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Proposals shall include the following information: (1) Pricing in the format outlined above; (2) Identify lead time needed to purchase and ship materials, and confirm your understanding of the critical delivery of materials to Appomattox and Yorktown, Virginia by July 22, 2013 and the Offerors ability to meet that date. Confirm your understanding of the consequences of failure to meet the delivery date based on the Liquidated Damages Clause, and the requirement for the Contractor to incur the cost of alternative means of transportation if materials do not arrive in time (3) Completed copy of FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, or a statement that Annual Representations and Certifications have been done in accordance with FAR 52.204-08. (4) Originally signed copy of Standard Form 1449. FAR 52.212.-3 and Standard Form (SF) 1449 are downloadable at: http://acquisition.gov/far/index.html. For the SF 1449 go to: GSA Forms Library, Standard Forms (SF), SF 1449 Solicitation/Contract/Order for Commercial items. The form is available as either a fillable form or pdf file. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before June 20, 2013. The point of contact for inquiries and clarifications is Michael Clarke, Contract Specialist, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address Michael_clarke@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00894/listing.html)
 
Record
SN03078492-W 20130605/130603235059-46d0a0ff586ccafc6ab4268f295cc720 (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.