Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1998 PSA#2058

Bureau of Reclamation, 32 C St. NW, Ephrata, WA 98823-1923

54 -- DOUBLE-WIDE MOBILE HOME SOL 1425-98-SQ-1U-00100 DUE 041098 POC Sue Janke, (509)754-0204 E-MAIL: click here to contaact the contracting officer via e-mail, sjanke@pn.usbr.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR 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. Solicitation No. 1425-98-SQ-1U-00100 is issued as a Request For Quotation (RFQ)and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-03. This acquisition is a total small business set aside. The size standard is 500 employees and the standard industrial classification code is 2451. The Ephrata Field Office, Ephrata, WA, has a fixed-price requirement for furnishing, delivery, and installation of a 70' double-wide mobile home. Delivery is to Bureau of Reclamation, Scooteney Park, 800 Scooteney Park Road, Highway 17, Connell, WA 99326. The existing 1983, Central Homes, Inc. brand, 28'X 60', 3 bedrooom, 2 bath, mobile home is to be taken as trade-in value on the new mobile home, and is to be removed from the premises. Salient characteristics (minimums) are as follows: up-line model conforming to "Super Good Sense" energy conservation requirements; all electric; approximately 1900 square feet (24' X 70'); 4 bedroom, with master suite removed from other bedrooms; 2 full baths, to include exhaust fans; 2 X 6 floor joists; taped and textured (included at setup) drywall construction; wood interior trim; medium or higher grade carpeting and linoleum in coordinated colors best suited for soil hiding; linoleum dining area flooring; blinds throughout in coordinated colors; kitchen cabinets (face frames, doors, and drawers) to be solid wood or solid wood with veneers; stove with self-cleaning oven and exhaust hood; minimum 18 cf, self-defrosting, refrigerator/freezer; dishwasher; all hallways and doors minimum of 36" wide; turning space of 60" X 60" in kitchen and main bathroom; walls in main bath to have reinforced areas for installation of grab bars at later time; living room, kitchen, and bedrooms to be prewired with telephone and cable TV jacks; 200 amp service; 30 gal., quick recovery, water heater; copper wiring; plumbed for washer and dryer; electric, forced air, heat pump, heating and air conditioning unit, sufficient for square footage of home. All appliances, heat/air conditioning unit, hot water heater, etc., to be brands that can be warranted and serviced locally. Exterior surface to be wood, or wood-like, in color compatible with existing blue shop building; minimum 3:12 pitch, multi-pitch, 40 lb. snow load, roof with 25 year limited warranty, composition shingles; steel, solid core, exterior doors, with dead bolt locks and storm doors; lights and door bells at all exterior doors; covered, exterior GFI receptacle, and frost free faucet on front and back of house; white vinyl, low-e, dual glazed windows with screens; five-year warranty. Required delivery date will be 30 days after award. The following FAR provisions and clauses (incorporated by reference) apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (OCT 95), 52.212-3 Offeror Representations and Certifications -- Commercial Items (JAN 97), 52.212-4 Contract Terms and Conditions -- Commercial Items (MAY 97), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 96). Clause 52.215-5, paragraph (b) is tailored to incorporate the following clauses by reference: 52.219-8, 52, 219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-18, and 52.225-21 with Alternate 1. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 97), with the RFQ. Offerors may request copies of this clause/provision or any others and it/they will be faxed to them. Price must include all costs for furnish/delivery/install. Award will be based on offerors meeting salient characteristics with price the final determining factor. Offers must include floor plan and descriptive literature indicating that item(s) meet requirements. The closing time and date for receipt of proposals is close of business April 10, 1998, local time. Offers are to be mailed to the following address: Bureau of Reclamation, Attn: Sue Janke, PO Box 815, Ephrata, WA 98823-0815. Telephone inquiries may be made to Sue Janke, (509)754-0204. All sources responding to this synopsis shall submit information relating to business status, including identification as to whether small, large, minority-owned, and/or woman owned. All responsible sources may submit an offer, which will be considered by this Agency. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (JAN 1997) (a) "Definitions." As used in this provision: "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the standard industrial classification code designated. "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Small disadvantaged business concern" means a small business concern that -- (1) Is at least 51 percent unconditionally owned by one or more individuals who are both socially and economically disadvantaged, or a publicly owned business, having at least 51 percent of its stock unconditionally owned by one or more socially and economically disadvantaged individuals, and (2) Has its management and daily business controlled by one or more such individuals. This term also means a small business concern that is at least 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian organization, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more of these entities, which has its management and daily business controlled by members of an economically disadvantaged Indian tribe or Native Hawaiian organization and which meets the requirements of 13 CFR Part 124. "Women-owned small business concern" means a small business concern -- (1) Which is at least 51 percent owned by one or more women, or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. (b) "Taxpayer identification number" (TIN) (26 U.S.C. 6050M). (1) Taxpayer Identification Number (TIN). [ ] TIN: __ __ __ __ __ __ __ [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U.S. and does not have an office or place of business or a fiscal paying agent in the U.S. [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of a Federal, state, or local government; [ ] Other. State Basis. __ __ __ __ __ __ __ __ __ __ __ ___ (2) Corporate Status. [ ] Corporation providing medical and health care services, or engaged in the billing and collecting of payments for such services; [ ] Other corporate entity; [ ] Not a corporate entity; [ ] Sole proprietorship [ ] Partnership [ ] Hospital or extended care facility described in 26 CFR 501(c)(3) that is exempt from taxation under 26 CFR 501(a). (3) Common Parent. [ ] Offeror is not owned or controlled by a common parent. Name and TIN of common parent: Name: __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ TIN: __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ (c) Offerors must complete the following representations when the resulting contract is to be performed inside the United States, its territories or possessions, Puerto Rico, the Trust Territory of the Pacific Islands, or the District of Columbia. Check all that apply. (1) "Small business concern." The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) "Small disadvantaged business concern." The offeror represents that it [ ] is, [ ] is not a small disadvantaged business concern. (3) "Women-owned small business concern." The offeror represents that it [ ] is, [ ] is not a women-owned small business concern. NOTE: Complete paragraphs (c)(4) and (c)(5) only if this solicitation is expected to exceed the simplified acquisition threshold. (4) "Women-owned business concern." The offeror represents that it [ ] is, [ ] is not a women-owned business concern. (5) "Tie bid priority for labor surplus area concerns." If this is an invitation for bid, small business offerors may identify the labor surplus areas in whichcosts to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ ___ (6) "Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. [Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.] (i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the four designated industrygroups (DIGs).) The offeror represents as part of its offer that it [ ] is, [ ] is not an emerging small business. (ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or four designated industry groups (DIGs).)" Offeror represents as follows: (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Number of Employees Average Annual Gross Revenues ____ 50 or fewer ____ $1 million or less ____ 51-100 ____ $1,000,001-$2 million __&llmdash;_ 101-250 ____ $2,000,001-$3.5 million ____ 251-500 ____ $3,500,001-$5 million ____ 501-750 ____ $5,000,001-$10 million ____ 751-1,000 ____ $10,000,001-$17 million ____ Over 1,000 ____ Over $17 million (d) Certifications and representations required to implement provisions of Executive Order 11246 -- (1) "Certification of non-segregated facilities." (Applies only if the contract amount is expected to exceed $10,000) -- By submission of this offer, the offeror certifies that it does not and will not maintain or provide for its employees, any facilities that are segregated on the basis of race, color, religion, or national origin because of habit, local custom, or otherwise and that it does not and will not permit its employees to perform their services at any location where segregated facilities are maintained. The offeror agrees that a breach of this certification is a violation of the Equal Opportunity clause in the contract. (2) Previous Contracts and Compliance. The offeror represents that -- (i) It [ ] has, [ ] has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the clause originally contained in Section 310 of Executive Order 10925, or the clause contained in Section 201 of Executive Order 11114; and (ii) It [ ] has, [ ] has not, filed all required compliance reports. (3) Affirmative Action Compliance. The offeror represents that -- (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) "Certification Regarding Payments to Influence Federal Transactions" (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. (f) "Buy American Act -- Trade Agreements -- Balance of Payments Program Certificate." (Applies only if FAR clause 52.225-9, Buy American Act -- Trade Agreement -- Balance of Payments Program, is included in this solicitation.) (1) The offeror hereby certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product (as defined in the clause entitled "Buy American Act -- Trade Agreements Balance of Payment Program") and that components of unknown origin have been considered to have been mined, produced, or manufactured outside the United States, a designated country, a North American Free Trade Agreement (NAFTA) country, or a Caribbean Basin country, as defined in section 25.401 of the Federal Acquisition Regulation. (2) Excluded End Products: Line Item No. Country of origin __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ (List as necessary) (3) Offers will be evaluated by giving certain preferences to domestic end products, designated country end products, NAFTA country end products, and Caribbean Basin country end products over other end products. In order to obtain these preferences in the evaluation of each excluded end product listed in paragraph (f)(2) of this provision, offerors must identify and certify below those excluded end products that are designated or NAFTA country end products, or Caribbean Basin Country end products. Products that are not identified and certified below will not be deemed designated country end products, NAFTA country end products, or Caribbean Basin country end products. Offerors must certify by inserting the applicable line item numbers in the following: (i) The offeror certifies that the following supplies qualify as "designated or NAFTA country end products" as those terms are defined in the clause entitled "Buy American Act -- Trade Agreements -- Balance of Payments Program": __ __ __ __ __ __ &llmdash;_ __ __ __ __ __ __ __ __ __ __ __ __ ___ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ ___ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ &llmdash;__ (Insert line item numbers) (ii) The offeror certifies that the following supplies qualify as "Caribbean Basin country end products" as that term is defined in the clause entitled "Buy American Act -- Trade Agreements -- Balance of Payments Program": __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ ___ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _&llmdash; ___ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ (0079)

Loren Data Corp. http://www.ld.com (SYN# 0197 19980324\54-0002.SOL)


54 - Prefabricated Structures and Scaffolding Index Page