Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2024 SAM #8229
SOLICITATION NOTICE

54 -- MT-CF VISITOR CENTER SHELTER

Notice Date
6/6/2024 11:00:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
 
ZIP Code
59101
 
Solicitation Number
140R6024Q0072
 
Response Due
7/8/2024 3:00:00 PM
 
Archive Date
07/23/2024
 
Point of Contact
Kessel, Sydney, Phone: 406-417-9185
 
E-Mail Address
skessel@usbr.gov
(skessel@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The agency number is 140R6024Q0072 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This solicitation is a Total Small Business set-aside in accordance with FAR Part 19. The NAICS code for this order is 332311 Prefabricated Metal Building and Component Manufacturing; PSC is Miscellaneous Prefabricated Structures, with a business size standard of 750 employees. The Bureau of Reclamation, Missouri Basin Region, Canyon Ferry, Montana, has a requirement for the supply and delivery of a new 40-foot hexagon shelter. The Shelter will be delivered and off loaded at the Upper Warehouse yard at the Canyon Ferry Field Office located at, 7700 Canyon Ferry Road, Helena, MT 59602. The required supplies must meet the parameters as outlined in this combined synopsis/solicitation to be considered technically acceptable. See RFQ attachment for full solicitation details. Salient Characteristics List This solicitation is for the delivery of a new 40-foot hexagon shelter: 1. Delivery hours are between 7:30 am to 4:00 pm Mountain Time, Monday through Thursday excluding holidays. 2. Contractor shall contact Daniel Wiggs at (406) 247-7311 with an approximate date and time of delivery to ensure that Government personnel are available to receive the shelter. 3. 40� foot diameter hexagon shelter, standard roof. 4. Eave Height: 7�6��9� 5. Standard Roof Pitch between 3:12 pitch and 5:12 pitch 6. 10-Year Warranty 7. Roofing: Minimum 26 Gauge metal roofing � Color Evergreen 8. Roof Decking: #1 grade 2�x8� tongue and groove Yellow Pine or equal 9. Fascia: #1 grade 2�x6� Cedar factory stained 10. Steel Structural Members: Color Black -Powder coat finish on all steel columns and frames Weather and UV-Resistant Powder Coated� 11. Guardrail: Color Black - 4 sections of railing. Each section of railing are to be powder coated to match the steel posts and be attachable the pavilions steel posts. 12. Provide stamped engineering drawings with designs for locality. 13. Include all required anchor bolts and templates. 14. Provide installation instructions. The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition and outlines the specific evaluation criteria in paragraph (a) of that provision. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition (see attached Clauses & Provisions list for additional FAR clauses cited in this clause that are applicable to this acquisition). Evaluation Criteria The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and is the lowest price and technically acceptable. To be considered technically acceptable, the proposed product shall meet the salient characteristics list. It is anticipated the proposed award will result in a Firm Fixed-Price purchase order, to one contractor. Delivery FOB Destination Supplies shall be FOB destination and delivered within 90 days after contract award to the following address: Bureau of Reclamation 7700 Canyon Ferry Road Helena, MT 59602. Attn: Daniel Wiggs at (406) 247-7311 Point of Contact All responsible small business sources that believe they have the capability to meet this need may submit a quotation along with business profile to Sydney Kessel at skessel@usbr.gov by 4:00 PM MDT, 8 July 2024, which shall be considered by the agency. Any information received will be treated as market research information for future same or similar requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ec366761256b4752945a6c2b6c2e58fe/view)
 
Record
SN07089031-F 20240608/240606230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.