Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

25 -- Stake and Utility Truck Bodies

Notice Date
11/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Missoula, MT, 59807
 
ZIP Code
59807
 
Solicitation Number
R1-03-07
 
Response Due
12/18/2002
 
Archive Date
1/2/2003
 
Point of Contact
Sarah Langston, Contract Specialist, Phone 406-329-3657, Fax 406-329-3536, - Leta Wicka, Purchasing Agent, Phone 406-329-3148, Fax 406-329-3536,
 
E-Mail Address
slangston@fs.fed.us, lwicka@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA Forest Service, Region 1, in Missoula, Montana, intends to obtain the supply and installation of stake bed and utility type bodies and various accessories on Forest Service provided cab and chassis trucks. The final products shall be complete, fully operational, and certified vehicles. *Pick-up of cab or chassis and delivery of completed vehicles must be at Missoula, Montana*. The number of bodies ordered per year will fluctuate. Over the past four years the Forest Service ordered an average of 11 utility bodies, and 32 stake bodies per year. The USDA Forest Service issues this notice as a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS in accordance with Federal Acquisition Regulation Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. The solicitation number is R1-03-07. This is a Total Small Business Set-Aside solicitation to small businesses and/or HUBZone concerns in accordance with FAR 13.003(b). This announcement constitutes the only solicitation, proposals are being requested, and a written solicitation will not be issued. Therefore, please read this entire notice, the instructions herein, and the attachment carefully. The attachment includes (1) a listing of Items, Supplies and Prices for all years, (2) a Statement of Work, (3) Contractor Qualification information with requested references. This solicitation and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 01-09 (FAC). The North American Industry Classification System Code (NAICS) is 811118 Automotive Repair Shops, Not Elsewhere Classified and the Small Business Size is $5 Million. Using the simplified procedures in FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS, the USDA Forest Service intends to issue to multiple vendors Blanket Purchase Agreements that will be available for placing calls/orders for up to five years. Vendors selected from their responses to this solicitation will be offered a Blanket Purchase Agreement. A Blanket Purchase Agreement (BPA) is not a contract. A Blanket Purchase Agreement is a simplified method of procuring quantities of supplies or services that selected vendors are in a position to furnish and eliminates the need for more complex acquisition methods. There will be no minimum or maximum guaranteed quantity. The purchase limit of each call/order shall not exceed $5,000,000 in accordance with FAR Part 13.5. The BPA will require a maximum 90-day order completion time on all calls/orders placed. All calls/orders must be acknowledged and accepted by the selected vendor, or the call will be transferred to another vendor. Calls/orders will be competed among all vendors at the same time. However, the Government reserves the right to place a call for a specific body type with a specific vendor who specializes in that type body. *WHAT WILL BE IN THE BPA AND WHAT ARE THE ORDERING TERMS AND CONDITIONS WILL APPLY* The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-1 *and addenda SEE attachment* Instructions to Offerors, Commercial Items *Oct 2000*; FAR 52.212-2 Evaluation, Commercial Items (Jan 1999), FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (Aug 00), FAR 52.212-4 Contract Terms and Conditions, Commercial Items (Aug 00). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders, Commercial Items (Aug 00). These clauses are available on the INTERNET at www.arnet.gov/far and in the attached addenda included with this announcement on the FedBizOps. *HOW WILL WE SELECT THE BPA VENDORS* The Forest Service will select vendors to be issued a BPA based on a Best-Value selection looking at proposal evaluation criteria and as demonstrated in the vendors proposal with independent verification of their past performance. Price will be a factor, but past-performance and technical/experience factors are far more important. *PROPOSAL EVALUATION CRITERIA * or WHAT CRITERIA WILL WE EVALUATE FOR SELECTION * Selection of vendors for BPAs will be based on *1* Past Performance: *2* Technical/Experience; and *3* proposed prices with price related factors. *HOW TO RESPOND TO THIS SOLICITATION*: In order to compete for one of these BPA, interested parties must submit two HARD COPIES of their proposal, in two parts *1 technical and *2 business with a transmittal letter. *WHERE DO I SUBMIT THE PROPOSAL* Submit Proposal to USDA Forest Service, Region 1, ATTN: Acquisition Management *Langston 340 N. Pattee Street, Missoula, MT 59802. or Mail. Our US Postal Service mailing address is USDA Forest Service, Region 1, ATTN: Acquisition Management *Langston, PO Box 7669, Missoula, MT 59807. *WHEN MUST I SUBMIT THE PROPOSAL* The proposal must be received by 4:00 PM (Close of Business) MT, DECEMBER 18, 2002. *HOW DO I SUBMIT A PROPOSAL* All submissions and inquiries must include the solicitation number R1-03-07, offerors full name, organization name, address, phone and fax numbers. Submit a Transmittal letter with your firms contact information and billing address, points of contact, telephone AND FAX numbers, email address, DUNS number, a statement of agreement with this solicitation?s specifications, the ordering terms and conditions to which the BPA will permit ordering, and any other provisions in this solicitation. Include in your proposal a write up of the information listed under *What Must The Technical Proposal Include* and include separately the information listed under *What Must the Business Proposal Include*. *WHAT MUST THE TECHNICAL PROPOSAL INCLUDE * *A* PAST PERFORMANCE: *A.1*Describe offerors past performance to include customer service, cost control, and customer satisfaction to include timeliness of deliveries; *A.2* Provide 3 customer references with names, mail or email addresses, telephone and facsimile numbers, association with vendor, contract number, and length of association. *B* TECHNICAL/EXPERIENCE: *B.1*Describe experience and training of the offeror and shop personnel especially in the installation of truck bodies with equipment *like welding equipment, drills, metal cutting equipment, forklift and other equipment suitable for painting truck bodies* to provide quality of workmanship; *B.2* Offeror must describe his/her management and technical experience and capabilities; AND, *B.3* Demonstrate offerors experience of and compliance with the Federal Motor Vehicle Safety Standards *FMVSS*. *WHAT MUST THE BUSINESS PROPOSAL INCLUDE* **Separate part detachable from technical part** *C * PRICES: *C.1* Include completed attachment Section A with prices include all years for evaluation purposes. *C.2* Completed Information from Clause FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (Aug 00) * clauses included in attachment* *C.3* Completed Contractor Qualification Information/References *included in attachment* *ANY QUESTIONS* All Questions about this requirement must be in writing, submitted by fax (406)329-3536 or e-mail to slangston@fs.fed.us. Telephone inquiries are strongly discouraged.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/0343/R1-03-07/listing.html)
 
Place of Performance
Address: Acceptance at: Regional Field Service Facility, 1615 Catlin Street, Missoula, Montana
Zip Code: 59801
Country: USA
 
Record
SN00208709-F 20021122/021120220156 (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.