Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2019 FBO #6272
SOLICITATION NOTICE

F -- ID,HNFH/LSRCP TRUCKS WITH DRIVERS

Notice Date
1/23/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE<br />EASTSIDE FEDERAL COMPLEX<br />911 NE 11TH AVENUE<br />PORTLAND<br />OR<br />97232-4181<br />US<br />
 
ZIP Code
97232
 
Solicitation Number
140F0119Q0027
 
Response Due
2/7/2019
 
Archive Date
2/22/2019
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. U.S. Fish and Wildlife Service, Portland, OR has a requirement for up to four (4) diesel semi-tractors with drivers, and one alternate driver, for use in steelhead distribution for Hagerman National Fish Hatchery (Hatchery), located at 3059-D National Fish Hatchery Road, Hagerman, Gooding County, Idaho. Trucks and drivers shall be located within a 50-mile radius of the Hatchery to control mileage costs and response time for alternate drivers. This contract shall consist of a base year and one option year (exercised solely at the discretion of the Government). Projected annual period of performance is approximately late March to mid-May each year. All fish transport will be accomplished in the state of Idaho. Fish will be loaded at the Hatchery and delivered to, but not limited to, areas of the Salmon River drainage in Idaho such as the following locations: Sawtooth Fish Hatchery near the town of Stanley; Yankee Fork of the Salmon River, North of Stanley, and the East Fork of the Salmon River near the town of Clayton, Idaho. Approximate round trip mileage for each truck and driver, including the mileage from contractor ¿s depot to the Hatchery, is estimated not to exceed 7,500 miles each, per year. A detailed schedule of trips and dates for specific locations will be provided one week prior to commencement of delivery. This Request for Quotation (RFQ) is a TOTAL SMALL BUSINESS SET ASIDE and is conducted under the procedures of FAR Parts 12 and 13, incorporating provisions and clauses in effect through Federal Acquisition Circular 2019-01. The NAICS code is 484220 and the small business size standard is $27.5 Million. Instructions All responsible small business sources may submit a quote, which shall be considered by the agency. Award will be made to the offeror who represents the best value to the Government based upon the following evaluation factors: 1) Experience ¿ Submit up to two (2) project projects performed over the last three (3) years (1 page per project limitation) that are similar in nature to the type of work described in the Performance Work Statement to reflect ability to handle mountain roads, carry liquids, and life animals (aquatics preferred); and 2) Price. Experience and price are of equal importance. Offers received may be considered nonresponsive if experience information is not submitted with an offer. Personal knowledge of an offerors experience may be considered for the experience information requested." Award will be made to a responsible source pursuant to FAR subpart 9.1. Please submit your quotation (showing unit price per mile for the base and each option year) on company letterhead or the enclosed SF-1449 form with DUNS No. and point of contact phone number and e-mail address. The price for Diesel fuel will be cited in the solicitation package as established based on the Price Index for Diesel Fuel. Additionally, if your company holds a GSA contract that would apply to this requirement, please provide the contract number. Refer to FAR provision 52.212-1 Instructions to Offerors ¿ Commercial Items for additional submission guidance, and include a copy of FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items with applicable sections completed. Quotes Due: February 7, 2019, 2:00 PM Pacific Standard Time Mailed Quote Submission: Karl Lautzenheiser, ¿ Contracting and General Services U.S. Fish and Wildlife Service, 911 NE 11th Avenue, Portland, OR 97232 E-Mailed Quote Submission: karl_lautzenheiser@fws.gov In order to have a quote considered for award, respondent must be registered at the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the time an award decision is necessary. Award will be made quickly so you MUST be registered and active in SAM to be considered. Attachments: 1) Bid Schedule (2 pgs) 2) Performance Work Statement dated January 7, 2019 (13 pgs) 3) Contract Clauses (17 pgs) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0119Q0027/listing.html)
 
Record
SN05201021-F 20190125/190123230032 (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.