Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2005 FBO #1315
SOLICITATION NOTICE

83 -- Tents and Tarpauliens - Sunscreen Flys

Notice Date
7/1/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM NATIONAL INTERAGENCY FIRE CENTER 3833 S DEVELOPMENT AVE BOISE ID 83705
 
ZIP Code
80225
 
Solicitation Number
RAQ053023
 
Response Due
7/15/2005
 
Archive Date
7/1/2006
 
Point of Contact
Dawn L. Graham Purchasing Agent 2083875544 Dawn_Graham@nifc.blm.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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 and a written solicitation will not be issued. Firm, fixed-price offers are requested under Request for Quotes (RFQ) Solicitation #RAQ053023. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-04. This solicitation is set-aside 100% for small business, the North American Industry Classification System (NAICS) code is 314912 - Canvas and Related Product Mills, the business size standard is 500 employees. The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) has a requirement for 300 each sunscreen flys, used in wildland fire suppression work to protect firefighters from solar radiation. The sunscreen flys shall be 20 feet x 20 feet in size and made of 80% black knitted shade cloth that has a ball burst strength of 8.8 kg/cm2 and the hole sizes not greater than 2 mm by 2 mm. The material shall have a UV resistant guarantee of 8 years. The flys shall be hemmed around the outer edges and contain #4 grommets on each corner and every 2 feet around the hemmed edge. All sunscreen flys shall be packaged neatly in boxes weighing less than 80 pounds. Flys shall be easy to separate. Packaging shall protect the flys from damage and the Contractor may use their standard commercial packaging practices provided these standards are met. The Contractor is responsible for any damage or loss during shipping. The sunscreen flys shall be delivered within 30 days after an order is issued. All sunscreen flys shall be delivered FOB Destination to the National Interagency Fire Center, Bureau of Land Management, 3833 South Development Avenue, Boise, ID 83705. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the Contractor and included in the unit price quoted for each item. Upon delivery, the sunscreen flys shall be visually inspected by the Government for compliance with the contract specifications. No sunscreen flys shall be accepted that do not comply with the specifications. Final acceptance shall be the responsibility of the Contracting Officer (CO). The following provisions and clauses apply to this procurement: FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-06; FAR 52.222-03 FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01, FAR 52.225-13; FAR 52.232-33). The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far/ or upon request from the Contracting Officer. Quotes must be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms along with a completed copy of the FAR 52.212-03 clause. Quotes shall be received by July 15, 2005, 4:00pm local time to the Bureau of Land Management, National Interagency Fire Center, 3833 South Development Avenue, Boise, ID 83705-5354 or by FAX at 208-387-5574. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Please click here to view more details.
(http://www.eps.gov/spg/DOI/BLM/NBC/RAQ053023/listing.html)
 
Place of Performance
Address: Boise, ID
Zip Code: 83705
Country: USA
 
Record
SN00840908-F 20050703/050701211959 (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.