Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

54 -- Greenhouse - Furnish and Install

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
327999 — All Other Miscellaneous Nonmetallic Mineral Product Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, Monongahela National Forest 200 Sycamore Street, Elkins, WV, 26241
 
ZIP Code
26241
 
Solicitation Number
FS-ORB-04-4082
 
Response Due
5/31/2004
 
Archive Date
6/15/2004
 
Point of Contact
Patricia Walker, Purchasing Agent , Phone 618-253-1044, Fax 618-253-1060, - Barbara Ridley, Contracting Officer, Phone 618-253-1046, Fax 618-253-1060,
 
E-Mail Address
pwalker@fs.fed.us, bridley@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 separate written solicitation will not be issued. Solicitation No. FS-ORB-04-4082 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This procurement is a total small business set-aside. The NAICS code is 423390 and the size standard in number of employees is 500. Item Description: 1 each: Provide and Install a Polyfilm-Covered Greenhouse. The Greenhouse must be configured to maximize the available space for production (80 feet by 52 feet) without interfering with maintenance of adjacent shade houses to east and west. Twin span roof with sidewalls is the preferred configuration, but other more cost effective configurations will be considered. Greenhouse frame must be able to withstand normal northeastern Illinois climatic conditions, 30 lb snow load, 90 mph wind load. The covering shall be two layers UV-resistant polyfilm (inflated). Ends, and sidewalls if proposed, shall be polycarbonate panels. An access door(s) will be on the north end with dimensions at least 78 inches wide by 84 inches high, double door or overhead door. The frame shall consist of corrosion-resistant material; preserved wood products shall not be used inside the structure. Environmental control system, including fans, ventilation, heating, and evaporative cooling systems or other equipment as recommended by the greenhouse manufacturer shall be provided and installed with the greenhouse. The Forest Service will provide all final tie-ins for natural gas, water, and electricity. The Greenhouse will be used for native plant propagation January through June, and for the operation of portable plenums and other seed-drying equipment during the remainder of the year. Quoters are to provide a proposal of the Greenhouse specifications. FOB destination to the USDA Forest Service, Midewin National Tallgrass Prairie, 30239 South State Route 53, Wilmington IL 60481. Davis-Bacon Wage Rates applies to this procurement. Wages to be paid under this project are listed in GENERAL DECISION NUMBER IL030008, Carpenters $30.95/hr, fringe $12.04/hr; Electricians $25.31/hr, 38.72% fringe; Laborers $28/hr, fringe $6.67/hr. Greenhouse is to be installed by July 30, 2004. The FAR provision 52.212-1, Instruction to Offerors ? Commercial Items, applies to this acquisition. The FAR provision 52.212-2, Evaluation of Commercial Items applies. The specific evaluation criteria to be included in paragraph (a) of the provisions are (1) technical capability of the item offered to meet the Government Requirements, 2) Past performance and 3) Price. Factor One and Two have the highest importance. Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items with its offer. The FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial items applies to this solicitation and the following addenda is added: FAR 52.247-34 F.O.B. Destination. The FAR Clause 52.212-5 Commercial Items applies to this solicitation, and the following additional FAR Clauses cited in the clause are applicable to this solicitation: 52.219-6 Notice of Total Small Business Set-Aside, 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 Ear; 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, Alternate 1, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration; 52.204-7 Central Contractor Registration. All provisions and clauses may be accessed electronically at http://arnet.gov/far. For technical information contact Patricia Walker at 618/253-7114. Quotations signed by an official authorized to bind the organization shall be submitted on company letterhead and are due May 31, 2004 by 4:30 PM DST, to Patricia Walker, USDA Forest Service, Shawnee National Forest, 50 Highway 145 South, Harrisburg IL 62946. Complete proposals may be faxed to 618/253-1060.
 
Place of Performance
Address: USDA Forest Service, Midewin National Tallgrass Prairie, 30239 South State Route 53, Wilmington IL
Zip Code: 60481
Country: US
 
Record
SN00586947-W 20040519/040517211730 (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.