SOLICITATION NOTICE
V -- V--MANUFACTURED HOME TRANSPORT
- Notice Date
- 8/27/2024 3:48:46 PM
- Notice Type
- Solicitation
- NAICS
- 488490
— Other Support Activities for Road Transportation
- Contracting Office
- COLORADO STATE OFFICE Lakewood CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140L1724Q0054
- Response Due
- 8/30/2024 6:00:00 AM
- Archive Date
- 09/14/2024
- Point of Contact
- Spetter, Kerry, Phone: 9702443183, Fax: (303) 239-3699
- E-Mail Address
-
kspetter@blm.gov
(kspetter@blm.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The purpose of this amendment is to add Attachment 3 (site pictures) for contractor receipt and review. The Bureau of Land Management (BLM) Colorado State office solicits for the following non-severable service. This notice is the public posting for a request for quotation (RFQ) pursuant to FAR Part 5.2. This notice is synopsis exempt pursuant to FAR 5.202(a)(13). The Grand Junction Field Office seeks qualified transportation contractors for the relocation of one single-wide manufactured home from: 2774 Landing View Ln., Grand Junction, CO To 94 County Road 244, Rifle, CO The Upper Colorado River Interagency Fire Management Unit (UCR) utilized the trailer for flight crews during the fire season while those crews are stationed in Grand Junction, CO. The Grand Junction Tanker Base is going to be razed and rebuilt beginning October 1, 2024 and the manufactured home will need to be moved to Rifle, CO. The contractor is responsible for ensuring that all federal, state, county, and municipal laws and regulations are abided by while operating on public roads inclusive of insurance. Basic Contracting Requirements: 1. Active Registration: www.sam.gov/SAM 2. Compliance with Section 889 clauses. 3. Invoicing and Payment: www.ipp.gov - 30-day prompt pay after delivery. We can accept and pay interim invoices. Due to systems upgrades, invoice payment may be delayed from 24 September to 30 November 2024. 4. FAR Part 12 - Commercial Items Provisions and Clauses 5. FAR Part 13 - Simplified Acquisition Procedures 6. 100% Total Small Business Set-Aside for NAICS 488490- Size Standard - $18M; Other acceptable NAICS certifications: 488410- Size Standard - $9M; has been deemed to be acceptable under this procurement as well. Any of these NAICS must be certified to (listed) in your SAM.gov profile (at 52.219-1(c) to be eligible for award. If not and you can't update SAM in time, you may submit a filled in and signed 52.212-3 certifying small business for this NAICS. See 52.212-1 Instructions to Offerors for more info. 7. Award of this contract will be on a Price and Other Factors basis looking at the following factors: a. Ability to meet the required delivery date b. Satisfactory Past Performance c. Price: Provide total price for the project Instructions to Offerors: - Check your SAM registration and NAICS Codes, this must be current at the time you make your offer. - Please email or call with any questions you have, prior to the closing date, with enough time to research an answer. - Email your signed quote package to: svoigt@blm.gov, with ""140L1724Q0054"" in the subject line, no later than the closing date. Include your UEI number on your quote. - You may put your prices on the SF-1449 form - Include enough description/information in order to determine technical acceptability.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/788b507ae8dc44b7ac4de6335ae034cc/view)
- Record
- SN07187857-F 20240829/240827230124 (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 |