Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2014 FBO #4452
SOLICITATION NOTICE

55 -- AFRICAN MAHOGANY LUMBER

Notice Date
1/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423310 — Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
 
Contracting Office
NPS, WASO - WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US
 
ZIP Code
00000
 
Solicitation Number
P14PS00312
 
Response Due
2/14/2014
 
Archive Date
3/16/2014
 
Point of Contact
Sheila Rushlow
 
Small Business Set-Aside
Total Small Business
 
Description
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 P14PS00312 is issued as a Request for Proposal (RFP) for African Mahogany Lumber. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-72. The North American Industry Classification System (NAICS) is 423310. The Solicitation is a total Small Business Set-Aside, Size Standard 100 Employees. The Contractor shall furnish and deliver the following quantities and features: Not to exceed 1,862 board feet of African mahogany lumber of 4/4 thickness, 6 or wider width, 12 or longer length; not to exceed 2,224 board feet of African mahogany lumber of 6/4 thickness, 6 or wider width, 12 or longer length; not to exceed 473 board feet of African mahogany lumber of 8/4 thickness, 6 or wider width, 12 or longer length; not to exceed 1,698 board feet of African mahogany lumber of 12/4 thickness, 6 or wider width, 12 or longer length. All lumber shall be rough sawn, first and seconds (FAS) grade African mahogany (Khaya ivorensis), kiln-dried (KD) with moisture content between 6% - 12%. The mahogany shall have a minimum specific gravity of 0.57 and possess clear straight grain. All lumber shall meet the FAS grade defined by the National Hardwood Lumber Association. All lumber shall be delivered to the Historic Preservation Training Center, Jenkins Building, 106 Commerce Street, Frederick, Maryland 21701. Pricing shall be provided as follows: 4/4 thickness FAS, KD, 6 and wider, 12 and longer at $__________ per unit = $__________; 6/4 thickness FAS, KD, 6 and wider, 12 and longer at $__________ per unit = $__________; 8/4 thickness FAS, KD, 6 and wider, 12 and longer at $__________ per unit = $__________; 12/4 thickness FAS, KD, 6 and wider, 12 and longer at $__________ per unit = $__________; Delivery Price 1 Job $__________; TOTAL PRICE $___________. Delivery of all materials shall be on or before March 5, 2014 between the hours of 6:00 a.m. and 3:00 p.m., Monday through Thursday. The Contractor shall be responsible for shipment of the material in a manner that fully protects the finish, appearance and integrity of the lumber. 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 the delivery location. 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 $2,000 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 February 14, 2014 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. The following equally weighted criteria will be used to evaluate the proposals received. Proposals shall include the following information: (1) Confirm your understanding of and ability to accomplish the critical delivery of materials to Frederick, Maryland by March 5, 2014 and confirm your understanding of the consequences of failure to meet the delivery date based on the Liquidated Damages Clause (2) Confirmation of Offerors ability to meet the above specified lengths, widths, and thicknesses of the lumber (3) Identify and provide documentation of memberships and certifications of as many of the following organizations as applicable: Wood Products Manufacturers Association, Maryland Forests Association, Virginia Forest Products Association, Forest Stewardship Council certification, and National Hardwood Lumber Association certification. The following additional information shall also be provided as part of the Business Management submission: (1) Pricing in the format outlined above (2) 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. (3) Originally signed copy of Standard Form 1449. FAR 52.212.-3 and Standard Form (SF) 1449 which is accessed via www.fedconnect.net by conducting a Public Opportunities Only search and entering the subject solicitation number under Reference Number in the search criteria. 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. Award of any contract resulting from this solicitation will be made to the responsible Offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. All evaluation factors other than cost or price, when combined are significantly more important than cost or price; however, cost/price may contribute in the selection decision. The Government anticipates award of a firm-fixed price contract on or before February 19, 2014. 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/P14PS00312/listing.html)
 
Record
SN03278256-W 20140201/140130235451-5ec6ae8782b88a43dc913009b3bcd6e4 (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.