Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2005 FBO #1263
SOLICITATION NOTICE

Z -- Remove Tower and Install New Tower, Tuskegee Ranger District, Alabama

Notice Date
5/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-8 National Forests in Alabama, 2946 Chestnut Street, Montgomery, AL, 36107
 
ZIP Code
36107
 
Solicitation Number
SAZ-01-05-17
 
Response Due
6/10/2005
 
Archive Date
6/25/2005
 
Point of Contact
Annette Cooper, Purchasing Agent, Phone 334-832-4470, - Gabriel Cottrell, Contract Specialist, Phone 334-241-8169,
 
E-Mail Address
annettecooper@fs.fed.us, gacottrell@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation number, SAZ-01-05-17 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This synopsis/solicitation is a total small business set-aside. The North American Industry Classification (NAICS) code is 237130, and the small business size standard is $28.5 million. DESCRIPTION OF SUPPLIES OR SERVICES AND PRICES/SCHEDULE OF ITEM# 0001: Type of Measurement: JOB, Unit: LS, Quantity 1, Unit Price $_____________, Total Price $_____________. Contractor shall provide all materials and labor necessary to remove guyed tower (approximately 140 ft.), from National Forest Lands, and install new tower and facility grounding in accordance with Motorola R-56 standards. Tower will require new concrete foundation; installation of antenna DB214 or equivalent in omni direction pattern. Install ˝ inch heliax and connectors, heliax should reach inside building and be grounded according to R-56 standard. Tower structure should be designed to meet wind and ice loading for the area in which it is being installed. “Contractor shall furnish a complete design of tower and support concrete base (to include shop drawings by tower manufacturer) stamped and signed by a registered professional engineer. Contractor shall also demonstrate that he is a certified tower installer.” This project is located on the Tuskegee Ranger District, Tuskegee Alabama. This acquisition will be awarded as a fixed-price construction contract, with an estimated price range less than $50,000. Performance and Payment Bonds will not be required for this acquisition, reference FAR 52.228-13 Alternate Payment Protection (July 2000) for applicable payment protections options. The Contractor shall begin performance within 10 calendar days and complete it within 30 calendar days after receiving the notice to proceed. Offerors are required to be registered in the Central Contractor Registration (CCR) prior to award of a Federal contract. The preferred method for completing registration is via the World Wide Web at http://www.ccr.gov/. A handbook and other information are available at the site, including information on how to obtain a DUNS number, which is required to begin the registration process. Cost to the Government is not expected to be the controlling factor in the selection of a contractor for this solicitation. The degree of importance of cost as a factor could become greater depending upon the quality of the quotations for other factors evaluated. The following factors will be used for evaluation of each quotation listed in descending order of importance as follows: (1) Experience (2) Past Performance (3) Price. Provision 52.252-1 Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html. The following clauses/provisions and addenda to the clauses incorporated in this contract by reference are all applicable to this acquisition. The provisions at FAR 52.212-1, Instructions to offeror – Commercial Items; FAR 52.212-2 Evaluation – Commercial Items (JAN 1999); FAR 52.212-3 Offeror Representations of Certifications – Commercial Items (Jan 2005), all apply to this acquisition. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (OCT 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2004); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-6 Davis-Bacon Act (Feb 1995); FAR 52.222-8 Payrolls and Basic Records (FEB 1988); FAR 52.222-13 Compliance with Davis-Bacon and Related Act Regulations (FEB 1988); FAR 52.228-5 Insurance—Work on a Government Installation (JAN 1997); FAR 52.232-27 Prompt Payment for Construction Contracts (Oct 2003); FAR 52.236-2 Differing Site Conditions (Apr 1984); FAR 52.236-5 Material and Workmanship (Apr 1984); FAR 52.236-6 Superintendence by The Contractor (Apr 1984); FAR 52.236-7 Permits and Responsibilities (Nov 1991); FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984); FAR 52.236-12 Cleaning Up (Apr 1984); FAR 52.236-21 Specification and Drawings for Construction (Feb 1997) Alternate I (Apr 1984); FAR 52.236-26 Preconstruction Conference (Feb 1997); FAR 52.246-21 Warranty of Construction (Mar 1994); FAR 52.249-10 Default (Fixed-Price Construction) (Apr 1984); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.228-13 Alternate Payment Protections (July 2000); AGAR 452.228-71 Insurance Coverage; AGAR 452.236-77 Emergency Response; AGAR 452.232-70 Reimbursement for Bond Premiums – Fixed Price Construction Contracts (Nov 1996); AGAR 452.236-71 Prohibition Against the Use of Lead-Paint (Nov 1996); Use of Premises (Nov 1996); AGAR 452.236-73 Archaeological or Historic Sites (Feb 1998); AGAR 452.236-74 Control of Erosion, Sedimentation and Pollution (Nov 1996); AGAR 452.236-76 Samples and Certificates (Feb 1988); AGAR 452.236-77 Emergency Response (Nov 1996). Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site visit will be conducted on May 26, 2005 at 9:00 a.m., at the Tuskegee Ranger District Office, Tuskegee, Alabama. The site plan and USDA Simplified Acquisition Terms & Conditions: Construction attachments for this project will also be posted to FBO as separate documents, but are hereby made part of this solicitation and any resultant contract. Quotes are due by 4:30 p.m. local time, June 10, 2005. Is your CCR Registration complete/current? Yes ( ) No ( ). DUNS number: _____________________. You may mail your quotations to USDA Forest Service Attn: Annette Cooper, 2946 Chestnut St., Montgomery, AL 36107. For further information, contact Gabriel Cottrell, Contract Specialist, (334) 241-8169, Annette Cooper, Purchasing Agent, (334) 241-8155, or William Yates, Facilities Engineer, (334) 241-8129, Monday – Friday from 7:30 AM until 4:00 PM, excluding Federal Holidays. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/4146/SAZ-01-05-17/listing.html)
 
Place of Performance
Address: Tuskegee Ranger District, 125 National Forest Road 949, Tuskegee, Alabama
Zip Code: 36083-9801
Country: US
 
Record
SN00804283-F 20050512/050510212556 (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.