Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 23, 2016 FBO #5326
SOLICITATION NOTICE

56 -- DESCHUTES NATIONAL FOREST - TEN MILE SNO-PARK, TRANSPORTATION AND INSTALL OF VAULT TOILET BUILDING - Package #1

Notice Date
6/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Contracting East - Deschutes NF, 63095 Deschutes Market Road, Bend, Oregon, 97701, United States
 
ZIP Code
97701
 
Solicitation Number
AG-04GG-S-16-0016
 
Archive Date
7/20/2016
 
Point of Contact
Maria Gonzalez, Phone: (541) 383-5547, Matthew W. Stephens,
 
E-Mail Address
mgonzalez@fs.fed.us, mwstephens@fs.fed.us
(mgonzalez@fs.fed.us, mwstephens@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Attachment G - Quote/Return Sheet Attachment F - Experience Questionaire Attachment E - R6 Fire Requirements Attachment D - Special Contract Requirements and Information Attachment C - Vault Location at Ten Mile Sno Park Attachment B - Ten Mile Sno Park Drawing Sheets Attachment A - Single Vault Toilet Specifications 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; quotes/proposals are being requested and a written solicitation will not be issued. The solicitation number AG-04GG-S-16-0016 and issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a Full and Open Competition with an associated NAICS code of 327390. This is a Brand Name or Equal procurement. The referenced brand names are not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. The following are this solicitation's list of contract line items, quantities and units of measure: CLIN 1: Single Vault Toilet Building, Qty 1 Ea. Includes: Delivery and Installation at site and Paint Touch-up Kit (single color) See attached documents for: • Single Vault Toilet Specifications & Salient Characteristics that are deemed essential for meeting the Government need • Ten Mile Sno Park drawing sheets • Vault location at Ten Mile Sno Park • Special Contract Requirements and Information • R6 Fire Requirements • Experience Questionnaire • Quote/Return Sheet This project consists of providing one commercially available precast concrete toilet building with delivery and installation including construction activities at the Ten Mile Sno-Park, Deschutes National Forest by the Contractor. The precast concrete toilet building shall be single-unit design with CLIN 1 being similar to the "Single" Cascadian Toilet with Standard Features" manufactured by CXT Precast Products, Inc. or an approved equal. *NOTE: The U.S.F.S will be providing a Deadbolt Cylinder #1152 only lock for the unit. Also see Design Criteria for specific vent locations for the building. The Contractor shall furnish all management, labor, equipment, supervision, tools, materials, transportation, operating supplies, supervision, workman's compensation, unemployment insurance and incidentals necessary to perform the work in accordance with the specification and provisions of the contract. The Contractor will be responsible for the full installation of CLIN 1 which includes: excavation, backfill, compaction and cleanup. The project site does not require the clearing of trees, individual tree removal nor removal or disposal of existing toilets. The place of performance or delivery and acceptance is Ten Mile Sno-Park, CLIN 1. Shipping terms are FOB Destination. The provision "52.212-1, Instructions to Offerors-Commercial", applies to this acquisition and the following are provided as an addenda to this provision. 52.211-6 Brand Name or Equal (AUG 1999) E-Mail proposal to: mgonzalez@fs.fed.us Follow-up with mailed original copy to: Deschutes National Forest Service Attn: Maria Gonzalez 63095 Deschutes Market Rd. Bend, OR 97701 Required Submittals: 1. Quote/Return Sheet 2. Experience Questionnaire 3. Necessary "Brand Name or Equal" literature as needed The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: Price Technical Capability of Item Offered Past Performance Technical and past performance, when combined, are approximately equal to price. A Single Award will be made. All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items" OR the offeror must have completed their annual representations and certifications electronically at https://www.sam.gov/portal/public/SAM. If the offeror has completed SAM on-line, a copy of 52.212-3 can be pulled from the SAM website. DUNS Number:______________________ TIN Number:___________________ FAR Clause "52.212-4, Contract Terms and Conditions - Commercial Items" applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. AGAR 452.236-71 PROHIBITION AGAINST THE USE OF LEAD-BASED PAINT (NOV 1996) AGAR 452.236-73 ARCHAEOLOGICAL OR HISTORICAL SITES (FEB 1988) AGAR 452.236-74 CONTROL OF EROSION, SEDIMENTATION, AND POLLUTION (NOV 1996) AGAR 452.236-77 EMERGENCY RESPONSE (NOV 1996) AGAR 452.211-5 PERIOD OF PERFORMANCE (FEB 1988) The period of performance for this project is from Date of Award through September 13, 2016. FAR Clause "52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following requirements, terms and conditions are necessary for this acquisition in order to maintain consistency with customary commercial practices: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). Alternate II (Mar 2012) of 52.225-3 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332) The following requirements, terms and conditions are necessary for this acquisition in order to maintain consistency with customary commercial practices: 52.246-16 Responsibility for Supplies (APR 1984) 52.242-14 Suspension of Work (APR 1984) The date, time and place offers are due is: U.S. Forest Service - AQM, DESCHUTES NATIONAL FOREST, ATTN: MARIA GONZALEZ, 63095 DESCHUTES MARKET RD, BEND OREGON 97701 on JULY 5, 2016, Close of Business 4:30 PM. Contact Maria Gonzalez for information regarding this solicitation at telephone number (541) 383-5547. FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04GG/AG-04GG-S-16-0016/listing.html)
 
Place of Performance
Address: 63095 Deschutes Market Rd., Bend, Oregon, 97701, United States
Zip Code: 97701
 
Record
SN04156124-W 20160623/160621233958-8fbbcc11809a9aac34ab59ab7170fd91 (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.