MODIFICATION
55 -- Southern Yellow Pine Lumber
- Notice Date
- 4/10/2014
- Notice Type
- Modification/Amendment
- NAICS
- 423310
— Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
- Contracting Office
- NPS, WASO - HPTC4801 A Urbana PikeFrederickMD21704US
- ZIP Code
- 00000
- Solicitation Number
- P14PS00673
- Response Due
- 4/18/2014
- Archive Date
- 5/18/2014
- Point of Contact
- MICHAEL CLARKE
- 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 P14PS00673 is issued as a Request for Proposal (RFP) for Southern Yellow Pine 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 160 pieces of 12 board length Southern Yellow Pine; not to exceed 1,150 pieces of 16 board length Southern Yellow Pine. All lumber shall be square edged 2 x 6 dimensional lumber, select lumber graded as C & Better in accordance with the Southern Pine Inspection Bureaus (SPIB) Standard Grading Rules for Southern Pine Lumber, treated with waterborne preservatives in accordance with American Wood Protection Association (AWPA) Standard U1, Commodity Specification A, to the requirements of Use Category 3B (UC3B), Kiln Dried After Treatment (KDAT) to a moisture content of 19% or less, and grade marked with the registered symbol of an agency recognized by the SPIB and AWPA showing conformance to these specifications. All lumber shall be delivered to the Steamtown National Historic Site, 150 South Washington Ave., Scranton, PA 18503-2018. Pricing shall be provided as follows: not to exceed 160 pieces of 12 board length Southern Yellow Pine at $__________ per unit = $__________; not to exceed 1,150 pieces of 16 board length Southern Yellow Pine at $__________ per unit = $__________; Delivery Price 1 Job $__________; TOTAL PRICE $___________. Delivery of all materials shall be on or before May 12, 2014 between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday. The Contractor shall be responsible for shipment and off-loading of the material in a manner that fully protects the finish, appearance and integrity of the lumber. The Contractor shall be responsible for off-loading and staging all lifts (bundles) of lumber at final destination. Placement of the off loaded lumber shall be at the discretion of the Contracting Officers Representative (COR) within a distance of up to 100 feet from the truck. The means used to off-load the lumber shall be capable of transporting individual lifts to the location designated by the COR over a variety of surfaces that may include any combination of pavement, loose gravel, railroad crossings, and moderately uneven terrain. Advance notice shall be given to the 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 52.214-34 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 a hard-copy original no later than 12:00 p.m. on April 14, 2014 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704; e-mailed or faxed proposal submissions will not be accepted. 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 Scranton, PA by May 12, 2014 (2) Confirmation of Offerors ability to meet the specified kiln dried after treatment moisture content, lengths, widths, and thicknesses of the lumber. 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. Please provide your Dunn & Bradstreet number. (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/P14PS00673/listing.html)
- Place of Performance
- Address: Steamtown National Historical Site150 South Washington AveScrantonPA18503-2018US of A
- Zip Code: 18503-2018
- Zip Code: 18503-2018
- Record
- SN03335963-W 20140412/140410235456-bad71dd83b68db46b19880df3edf1934 (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 |