Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOLICITATION NOTICE

99 -- Bear-proof Food Lockers

Notice Date
4/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern Province Acquisitions, Redding Office, 2400 Washington Ave., Redding, CA, 96001
 
ZIP Code
96001
 
Solicitation Number
RFQ-R5-NP-14-03-064
 
Archive Date
5/28/2003
 
Point of Contact
Doris Broussard, Contracting Officer, Phone (530) 242-2219, Fax (530) 242-2238, - Nancy Ruffner, Procurement Assistant, Phone 530 242-2216, Fax 530 242-2238,
 
E-Mail Address
dbroussard@fs.fed.us, nruffner@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for purchase of 75 bear-proof food lockers in accordance with the format in FAR Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ (Request for Quotation) R5-NP-14-03-064. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. The NAICS Code applicable to this RFQ is 332439 and the small business size standard is 500 employees. The USDA Forest Service proposes to procure bear-proof food lockers for forest visitor's recreational use. Item 01: Quantity of 75 each. Item Description: bear-proof food lockers. Salient characteristics: approximately 30 cubic foot of storage space; 10-gauge steel; two doors; corrosion-resistant latch mechanism; bear-proof latch mechanism; inside escape and safety handle; low maintenance characteristics; unit is to be capable of being mounted on concrete footings, concrete slabs or portable skids; units must meet Forest Service Outdoor Recreation Access Guidelines, available at http://www.fs.fed.us/recreation/programs/accessibility/. Units shall be delivered no later than June 30, 2003 to Shasta-Trinity National Forest, Weaverville Ranger District, State Highway 299, Weaverville, CA. Contractor will coordinate delivery with Marla Peckinpah, (530) 623-2121. Acceptance shall be made at destination. Descriptive literature shall be submitted with offer. Descriptive literature that fails to show that the proposed product complies with the requirements stated above will result in the rejection of the product. The FAR provision 52.212-1, Instructions to Offerors-Commerical, (October 2000) applies to this solicitation. Quoter shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (July 2002) with its offer. FAR Provision 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002) and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002) apply to this solicitation and the following additional FAR Clauses cited in the clause are applicable to this solicitation; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program Alt I; 52.225-4 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program Certificate; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34; Payment by Electronic Funds Transfer Other than Central Contractor Registration. All provisions and clauses may be accessed electronically at http://www.arnet.gov/far. The Government will award a single contract to the responsible quoter whose quote is the most advantageous to the Government considering price and related factors. Provision 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to any contract resulting from this solicitation to the responsible offeror whose quote confirms to the solicitation and will be most advantageous to the Government. Quotes will be evaluated using the following factors in descending order of importance: (i) technical performance of equipment, (ii) price and (iii) past performance of contractor. Contractor will provide information on technical performance, past performance and the availability of parts. The due date for submission of offers is May 13, 2003 by 4:30 p.m., local time, to USDA, Forest Service, Northern Province Acquisitions, 2400 Washington Avenue, Redding, CA 96001, ATTN: Nancy Ruffner. Technical questions should be emailed to nuffner@fs.fed.us. Quoters are responsible for complying with this notice and any amendments thereto. Amendments to the RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Place of Performance
Address: Weaverville Ranger District, State Highway 299, Weaverville, CA
Zip Code: 96093
 
Record
SN00314065-W 20030501/030429213234 (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.