Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

55 -- Rough Sawn Kiln Dried Douglas Fir, S4S Kiln Dried Douglas Fir, S4S Kiln Dried Redwood, Western Red Cedar Shingles and Exterior Grade Plywood

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Historic Preservation Training Center National Park Service Gambrill House 4801-A Urbana Pike Frederick MD 21704
 
ZIP Code
21704
 
Solicitation Number
N2680050077
 
Response Due
5/4/2005
 
Archive Date
4/21/2006
 
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. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number N2680050077 is issued as a Request for Proposal (RFP) for rough sawn kiln dried Douglas Fir, S4S kiln dried Douglas Fir, S4S kiln dried Redwood, Western Red Cedar shingles and exterior grade plywood. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-03. The North American Industry Classification System (NAICS) is 423310. The Solicitation is a total Small Business Set-Aside, Size Standard 100 Employees. The Contractor shall furnish and deliver rough sawn kiln dried and S4S Douglas Fir, 75% C or better, 25%D or better, 10% - 12% moisture content with no wane. All material shall be Hi-Bor treated and shall be provided in the following quantities, sizes and lengths: Rough Sawn Kiln Dried Douglas Fir: 1x3x14' 350 pcs Unit Price $__________, Total Price $___________, 2x6x10' 100 pcs Unit Price $__________, Total Price $____________, 2x6x14' 50 pieces Unit Price $_________, Total Price $_____________, 3x6x14' 50 pcs Unit Price $___________, Total Price $___________, 4/4x8x10' 50 pcs Unit Price $___________, Total Price $________, 5/4x6 12' 50 pieces Unit Price $_________, Total Price $________. Net dimensions for rough sawn material shall be: 1" or 4/4=7/8" x ?" wide off width; 5/4 = 1-1/8' x ?" off width; 2" = 1-5/8" x 3/8" off width; 3' = 1/8" off width. S4S kiln dried Douglas Fir 75% C or better, 25%D or better, 10% - 12% moisture content with no wane. All material shall be Hi-Bor treated and shall be provided in the following quantities, sizes and lengths:: 1x6x12' 100 pcs Unit Price $_________ Total Price $_________; 1x10x10' 50 pcs Unit Price $_________ Total Price $_________; 1x12x12' 50 pcs Unit Price $_________ Total Price $_________; All dimensions shall be nominal (3/4" x 5 ?" for example) for S4S material. S4S kiln dried Redwood shall be 100% clear, 100% heartwood in the following quantities, sizes and lengths: 1x6x10' 50 pcs Unit Price $_________, Total Price $_________; 2x8x10' 50 pcs Unit Price $_________, Total Price $_________; 2x10'x10' 50 pcs Unit Price $_________ Total Price $_________. Dimensions shall be nominal (31/4 x 51/2 for example) for S4S material. Western Red Cedar Shingles Perfection shall be 18" x 5/2 ?", Certigrade Blue Label #1 (100% edge grain, 100% clear, 100% heartwood) 60 Square Unit Price $_________ Total Price $_________; and exterior grade plywood, 4'x8' sheets C-D plugged, Group 1, Clear Borate Pressure Treated in the following thickness and quantities: 5/8" 50 sheets Unit Price $__________, Total Price $________, and 3/4" 50 shts Unit Price $_________, Total Price $_________________, Shipping of Materials to Hawaii 1 Job $_________ and delivery to Young Brothers. Ltd. 1 Job $______________. Delivery of materials on July 14, 2005 between the hours of 8:00 a.m. and 3:00 p.m. to Young Brothers Ltd., 1331 N. Nimitz Highway, Pier 39, Honolulu, Hawaii. Delivery on July 14, 2005 is CRITICAL since there is only one barge a year that transports materials to Kalaupapa, Hawaii. Should materials arrive prior to July 14, 2005, the Contractor shall be responsible for storage in Hawaii and delivery to Young Brothers. The National Park Service will incur the cost of barge shipment from Honolulu to Kalaupapa. Materials shall be delivered to Young Brothers covered and banded ready for barge transportation. Materials CANNOT be delivered on flat racks to Young Brothers. Shipping stickers will be provided by the National Park Service. If the Contractor fails to make delivery in time for the barge, the Contractor is responsible for making alternative means of transportation. The only available means of transportation is barge to topside Molokai then helicopter from Molokai to Kalaupapa. The hourly rate for helicopter rental is $650 per hour. Final inspection and acceptance of materials by the Government will occur when materials arrive in Kalaupapa. The following provisions and clauses are applicable to this acquisition and are available at www.arnet.gov: FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development (Sept 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $300 per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default-Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default-Fixed-Price Supply and Service clause in this contract. FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). Evaluation of Commercial Items: The following evaluation criteria will be used to evaluate proposal submission: (1) At least three or more previous experiences with shipping materials to Hawaii; (2) Lead time needed to purchase and ship materials, confirmation of the critical delivery of materials to Honolulu and Young Brothers by July 14, 2005; and the Offeror's ability to meet that date; (3) Capability to store materials in Honolulu identifying available storage facilities; and (4) transportation capability of delivery to Young Brothers for barge transport. The evaluation criteria are listed in descending order of importance. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Technical quality is significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Proposals shall be submitted in an original and three copies by no later than 12:00 p.m. on May 2, 2005 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Proposals shall include the following information: Technical Information: (1) Identify in writing at least three or more previous experiences with shipping materials to Hawaii; (2) Identify lead time needed to purchase and ship materials, and confirm your understanding of the critical delivery of materials to Honolulu and Young Brothers by July 14, 2005, and the Offeror's ability to meet that date. Confirm your understanding of the consequences of failure to meet the delivery date based on the Liquidated Damages Clause, and the requirement for the Contractor to incur the cost of alternative means of transportation if materials do not arrive in time. (3) The capability to store materials in Honolulu by identifying available storage facilities; and (4) Identify transportation capability of delivery to Young Brothers for barge transport. Business Management Cost Proposal: (1) Individual descriptions of materials with unit price and total prices for each identified material. (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. (3) Originally signed copy of Standard Form 1449 downloadable through www.arnet.gov. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 120 days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before May 6, 2005. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1781526)
 
Place of Performance
Address: Contractor's faciltiy with shipment to Honolulu, Hawaii
Zip Code: 21704
Country: United States
 
Record
SN00793624-W 20050423/050421212133 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.