Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOLICITATION NOTICE

55 -- Redwood Picnic Tables - Maps

Notice Date
6/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337122 — Nonupholstered Wood Household Furniture Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5, Central CA Acquisitions Service Area, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250, United States
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9A63-S-14-0088
 
Point of Contact
Peggy Scott, Phone: 530-478-6123
 
E-Mail Address
mscott01@fs.fed.us
(mscott01@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Table specifications French Meadows map This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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-9A63-S-14-0107 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-73. This is a total small business set-aside. The NAICS code is 337122 and small business size standard is 500 employees. The requirement is to supply 60 Each all redwood campground picnic tables. DESCRIPTION The CONTRACTOR shall be responsible for furnishing and placing of the wood tables within campsite living areas or stockpiled at designated locations. Locations will be STAKED ON THE GROUND OR DIRECTED BY THE COR. Redwood tables shall be delivered to the site undamaged. If partial assembly is required contractor shall be responsible for utility needs and assembly/offloading. Site shall be cleaned free of debris, sawdust and excess material. At the site, and prior to placing the materials, the contractor shall be responsible for maintaining all materials in their delivered condition. Tables shall be constructed as SHOWN ON THE DRAWINGS. See drawing notes for additional information. Picnic Tables will be placed on USFS prepared sites as STAKED IN THE FIELD or as FIELD DESIGNATED by the COR. Wood Tables shall be picked up, loaded, and moved to their final locations and orientation. No tables shall be pulled or pushed on the ground. The contractor shall take all reasonable precautions to minimize disturbances of the ground surface during the placement operation. Damage to standing trees is not permitted. Minor existing barrier relocation for table installation may be required and is incidental to this pay item. Existing barriers (wooden or rock) needing to be moved will be replaced in original location or relocated as staked in the field by the COR. Access to final table location may be difficult due to terrain, tight campground road clearances and vehicle barriers (wood posts or rock boulders). A high clearance Telescopic Forklift with adequate reach capacity (or equal) is recommended for installation. The requirement is also that all tables are fully assembled and delivered to French Meadows Group Campgrounds on the Tahoe National Forest, American River Ranger District. Each table will need to be placed at specified campsites, as directed by the Contracting Officer's Representative or their designated Inspector. The tables will be delivered to three different locations: 25 tables to Gates Group Campground, 20 tables to Coyote Group Camp (includes Black Bear), and 15 to the French Meadows Administrative Site. These sites are all within approximately 1-2 miles from each other. LOCATION The campground is located 45 miles from the Ranger District office at 22830 Foresthill Road, Foresthill, CA 95631. See attached Map. DETAILS The Contractor shall provide everything--including, but not limited to, all equipment, supplies, transportation, labor, and supervision--necessary to complete the project, except for that which the contract clearly states is to be furnished by the Government. Any prospective contractor desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing from the Contracting Officer soon enough to allow a reply to reach all prospective contractors before the solicitation closing date. Oral explanations or instructions given before the award of a contract will not be binding. Deliveries will only be accepted from 8:00AM to 5:00PM Monday thru Friday, excluding the July 4th holiday. Also, excluding July 24-August 3 for the Gates Group Campground, as the campground is already reserved. 2 Attachments, Attachment 1, Specifications Document Attachment 2, Map The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 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. If this provision is not used, describe the evaluation procedures to be used. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The provision at 52.214-21, Descriptive Literature applies to this acquisition and a statement regarding any addenda to the provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Offers are due Tuesday July 1, 2014 at 2:00 p.m. PDT. Offers can be faxed to 530-478-6126. Please provide your DUNS number for verification that your company is registered in the System for Award Management (SAM) database. Award will only be made to a vendor who has a valid, current SAM registration. For more information about SAM, please go to www.sam.gov. Please contact Peggy Scott, Purchasing Agent, email mscott01@fs.fed.us, 530-478-6123 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9A63-S-14-0088/listing.html)
 
Place of Performance
Address: Campground is located 45 miles from the Ranger District Office at 22830 Foresthill Rd. Foresthill, CA 95631 (See attached maps), Foresthill, California, 95631, United States
Zip Code: 95631
 
Record
SN03396956-W 20140619/140617234709-7efc13865767087a02be2987b8fce5ea (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.