Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

54 -- Furnish, deliver and install two (2) Pole Barns

Notice Date
8/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
RFQ13-3615-02
 
Response Due
8/23/2002
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558, - Eileen LeGates, Procurement Assistance Officer, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov, elegates@naa.ars.usda.gov
 
Description
The USDA, Agricultural Research Service requires a contractor to provide all labor, supervision, materials, supplies, and equipment to furnish, deliver and install two (2) prefabricated Pole Barns at the USDA, ARS, Appalachian Farming System Research Center, 1224 Airport Road, Beaver, WV, in accordance with the terms, conditions, and specifications contained in the document. 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. Any documents related to this procurement will be available electronically at the Internet site http://www.eps.gov. Drawings are only available by fax. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. CONTRACTORS WHO ARE INTERESTED IN RECEIVING THE SOLICITATION, DRAWINGS OR ANY FUTURE AMENDMENTS MUST REGISTER IN WRITING TO BE INCLUDED ON THE MAILING LIST. FAX YOUR REQUEST TO THE CONTRACTING OFFICE LISTED ABOVE AND INCLUDE THE SOLICITATION NUMBER, TITLE, CONTACT NAME, MAILING ADDRESS (STREET NAME IS PREFERRED), TELEPHONE AND FACSIMILE NUMBERS. SOLICITATION REQUESTS SENT BY E-MAIL ARE NOT ACCEPTABLE. Solicitation number 13-3615-02 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. This procurement is unrestricted. The NAICS is 444190 with a size standard of $6.0 million. SCHEDULE OF ITEMS- Item no. 01, Furnish and deliver a new Free-Span Pole Barn, 40 ft. x 64 ft. x 10 ft. at the School Farm Location. Includes all insulation, electrical, heating at the Reba Plumley Farm location in accordance with the terms, conditions, and specifications contained in this document; UNIT 1=JOB, UNIT PRICE: $______ and AMOUNT: $_______. Item no. 02, Furnish and deliver a new Free-Span Pole Barn, 40 ft. x 96 ft. x 12 ft. at the Reba Plumley location in accordance with the terms, conditions, and specifications contained in this document. This unit does not require insulation, electrical , or heating). UNIT 1=JOB, UNIT PRICE: $______ and AMOUNT: $_______. ALL THIS FOR A TOTAL OF $_____. NOTE: THE GOVERNMENT SHALL MAKE A SINGLE AWARD. THEREFORE, OFFEROR'S MUST PROPOSE ON BOTH LINE ITEMS TO BE CONSIDERED FOR AWARD. FEDERAL, STATE AND LOCAL LAWS AND REGULATIONS - The Contractor is required to perform all work in accordance with all applicable Federal, State, and Local laws, codes, standards and regulations. The Contractor is also required to obtain a building permit and schedule inspections with the Raleigh County Code Enforcement Division. Their telephone number is (304) 255-9390. The Contractor is required to provide their Licence Number on page 1, Item 17A of the solicitation. GOVERNMENT FURNISHED ITEMS AND SERVICES -The Government shall be responsible for: 1) Site preparation and leveling for the building installation; 2) Providing directions to the site after award; 3) Providing all necessary facility (outdoor) electrical hookups; 4) Providing a storage area for materials and equipment; and 5) Designating a Contracting Officer's Technical Representative (COTR) at the time of award who will be responsible for coordinating the project's delivery. DESCRIPTIVE LITERATURE - Companies are REQUIRED to submit descriptive literature on the products being offered. Descriptive literature must be submitted with the offer even if it has been submitted previously. This literature MUST address all aspects outlined in the specifications. If an area is not addressed in the literature, companies must submit a written substantive statement describing such area. Failure to submit descriptive literature may render the offer nonresponsive. BRAND NAME INFORMATION AND LITERATURE - Offerors are required to identify the brand and type of equipment offered and provide the descriptive literature even if literature has been submitted previously. Failure to submit this literature will render the bid nonresponsive and ineligible for contract award. Offerors must identify the brand and type of equipment being offered in the space below: POLE BARN MANUFACTURER: ____; MAKE/MODEL: ____; WARRANTY INFORMATION: _______; ITEM DESCRIPTION: ______; MANUFACTURER: _______; MAKE/MODEL: ____; AND WARRANTY INFORMATION: _______ FOR ALL ITEMS. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE is not applicable to this requirement. GENERAL SPECIFICATIONS - The USDA, Agricultural Research Service (ARS) requires a two (2) new, Free-Span, Pole Barns to be furnished, delivered, and installed at two different research locations near the USDA, ARS, AFSRC in Beaver, WV. TECHNICAL SPECIFICATIONS are listed as a separate attachment. DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE -The Contracting Officer shall designate the Contracting Officer's Representative (COR) at the time of contract award. DELIVERABLES-The Contractor shall furnish, deliver (F.O.B. Destination), and install the buildings, equipment and provide documentation to the USDA, ARS, NAA, Appalachian Farming Systems Research Center's (AFSRC), 1224 Airport Road, Beaver, WV, within sixty (60) days after receipt of the award notice. Also refer to Additional Quotation Information requirements in Section A.17. Delivery shall be between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays. The Contractor shall be responsible for shipping the materials and equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause to: USDA, ARS, NAA, Appalachian Farming Systems Research Center location(s), Beaver, West Virginia, and identify by P.O. number. INSTALLATION -The date and time for installation and start-up shall be coordinated by the Contractor with the COR at least 1 week prior to delivery. The Contractor shall perform and complete installation and start-up within four (4) weeks after delivery of the materials. SUBSTANTIAL COMPLETION INSPECTION -The Contractor shall notify the COR and schedule the project for a substantial completion inspection to be conducted at least ten (10) calendar days before the end of the contract completion date. This inspection may require coordination with the Raleigh County Code Enforcement Division. FINAL INSPECTION - a. A final inspection shall be made only when all the materials have been furnished, all the work has been performed, and all the construction provided for by the contractor has been completed in accordance with the terms, conditions, specifications, and drawings set forth in this contract. If, upon examination by the Contracting Officer, his/her designated representative, and Government inspection personnel, the project is determined not sufficiently completed to have warranted a final inspection, the Contractor may be held financially liable for any additional cost of reinspection when material and workmanship are not ready at the time specified by the Government for project inspection. b. The Contractor shall give the Contracting Officer five (5) calendar days advance notice, in writing, of the date the work will be fully completed and ready for final inspection. c. The Contracting Officer will notify the Contractor of any discrepancies and/or omissions noted at the final inspection by providing a "punchlist" as to the discrepancies/omissions, replacement of materials and performance or reperformance of any unsatisfactory work necessary for final acceptance. This notification shall not in any way be deemed an extension of the contract completion date. If all construction required by the contract is found completed and all contractual documents (i.e. as-builts/red-line drawings, manuals, etc.) have been submitted, the Contracting Officer shall notify the Contractor of such in writing by processing the final payment for the project. d. Acceptance shall be final and conclusive, except for latent defects, fraud, or such gross mistakes as may amount to fraud, or regarding the Government's right under any warranty or guarantee. e. This inspection may require coordination with the Raleigh County Code Enforcement Division. AS-BUILT DRAWINGS AND OPERATIONS AND MAINTENANCE MANUALS - Upon completion of this contract, the Contractor shall submit to the Contracting Officer's Representative (COR): 1) Two (2) sets of neatly marked (in red) and labeled "As-Built" drawings; and 2) Two (2) copies of each equipment operations, repair, maintenance manuals, lubrication and service instructions, and operating instructions submitted upon delivery/installation of the equipment. Final payment shall not be made unless and until such documentation is received and accepted by the COR. ADDITIONAL QUOTATION INFORMATION - 1) Copies of the Drawings are available by faxing a written request to the Contracting Officer at (215) 233-6558. The request must include the solicitation number: RFQ 13-3615-02, your name, company name, address, telephone and facsimile numbers. The drawings shall be faxed to the Contractor's. 2) Only the Contractor's identified or requested to be placed on the Bidder's List will be considered responsive and evaluated for award upon return of the quotation package. 3) Telegraphic or facsimile quotations are NOT acceptable. SECTION B - FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. 2. Item (c) Changes is amended to include the following: SUPPLEMENT TO CHANGES CLAUSE (52.243-4)- The Contractor shall provide an itemized breakdown or take-off for all charges involving an increase or decrease in the contract price. The proposal shall be in sufficient detail that will enable the Government to determine the reasonableness of the contractor's and subcontractor's cost to do the change. Estimated time extension (if any) shall be stated with justification for the additional time required. As a minimum, the following shall be shown: a)Material quantities and unit costs; b) Rental or operation cost of equipment used exclusively on work involved in the change; c) Profit; d) FICA and FUTA taxes; e) Sales tax (if any). 3. Item (g) Invoice is amended to include the following: a. An original invoice shall be submitted after acceptance of all items, sent to the COR, and includes at a minimum the following information: Name of business concern and invoice date; Vendor Identification Number; Contract number; Description, price, and quantity of property and/or services actually rendered or delivered; Shipping and payment terms; name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. b. All invoices shall be submitted to the COR after installation and acceptance of both items on the purchase order. 4. Item (o) Warranty is amended to include the following: The Contractor shall provide a one year, on-site, standard commercial warranty for all equipment. The Contractor shall also provide a copy of the warranty for each item with their offer. 5. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at http://www.arnet.gov/far/ and AGAR clauses at http://www.usda.gov/procurement/policy/agar.html. 52.204-4 PRINTING/COPYING DOUBLE SIDED ON RECYCLED PAPER; 52.214-21 DESCRIPTIVE LITERATURE; 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; 52.214-35 SUBMISSION OF OFFERS IN US CURRENCY; 52.225-8 DUTY-FREE ENTRY; 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION; 52.242-14 SUSPENSION OF WORK; 52.242-15 STOP-WORK ORDER; 52.242-17 GOVERNMENT DELAY OF WORK; 52.247-34 F.O.B. DESTINATION; AGAR 452.204-70 INQUIRIES; 452.236-74 CONTROL OF EROSION, SEDIMENTATION AND POLLUTION; SECTION C - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS-Item 01 (School Farm location) Statement of Work and Drawings. Item 02 (Reba Plumley location) Statement of Work and Drawings. Item 03 Statement of Work for both items are listed as a separate attachment. SECTION D-The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Addenda to FAR Clause 52.212-1 - 1) Item (b), Submission of Offers is amended to include the following: Submit your quotation, acknowledgement of amendments (if any), Descriptive Literature (A.6), Brand Name Information (A.7), Warranty (B.2), Evaluation Information (D.5) and Pricing Information (D.6), and the Certifications at (D.7) to USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. TELEGRAPHIC OR FACSIMILE OFFERS ARE NOT ACCEPTABLE. 2) Item (c) Period of acceptance of offers is amended to 60 calendar days. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph(a) of that provision: i) Technical Capability, 2) HUBZone Small Business Concerns Factor; 3) Small Disadvantaged Business Participation Factor; 4) Past Performance and 5) Price. Technical and past performance, when combined, are significantly more important than price and will be scored on a "Pass/Fail" basis. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. ADDENDUM TO FAR CLAUSE 52.212-2 - A) Deletes item D.3(b), Options; B) Only the contractor's identified or requested to be placed on the Bidder's List will be considered responsive and evaluated for award upon return of the quotation package. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. TECHNICAL CAPABILITY OF THE FIRM will be based on product literature and includes: 1) Products capability to meet the Government's requirement; 2) Manufacturer or brand name and model of the item; 3) Product Literature - Each offeror is required to furnish for each component the above items or other documentation which shows how the offered product meets or exceeds the requirements as specified in the Specifications; and 4) Warranty provisions. PAST PERFORMANCE- may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that the were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Government's Project Officer and Contracting Officer. 2. Contract number, description, contract type, period of performance, warranty and price. 3. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. The offeror's lack of performance history will not result in disqualification, but will result in a neutral past performance rating of "pass". D) PRICE - will be based on: 1) Labor, supervision, materials, equipment, supplies, shipping costs, delivery, taxes, warranty, installation and discount terms; 2) Price evaluation adjustment for HUBZone Small Business Concerns in accordance with FAR Clause 52.219.4 (if any.); 3) Price evaluation adjustment for Small Disadvantaged Business Concerns in accordance with FAR Clause 52.219.23 (if applicable.). NOTE: An evaluation factor of ten (10) percent will be used if necessary. If the offeror elects to waive the preference, it shall so indicated in its offer. 4) Offers submitted on the basis of other than F.O.B. Destination will be rejected as nonresponsive. 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (OCT 1997) ALTERNATE IV (OCT 1997) is revised to include: (a) Submission of cost or pricing data is not required. (b) Provide information described below: A current published price list for all equipment and a cost breakdown which includes all services for installation and shipping cost. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-23 Alt.1, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Ac-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-15, Sanctioned European Union Country End Products, 52.225-16, Sanctioned European Union Country Services, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.247-64, Preference For Privately Owned U.S.-Flag Commercial Vessels. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation.
 
Place of Performance
Address: USDA, ARS, NAA, Appalachian Farming Systems Research Center's (AFSRC), 1224 Airport Road, Beaver, WV
Zip Code: 25813
Country: United States
 
Record
SN00132196-W 20020807/020805213154 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.