Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2005 FBO #1466
SOLICITATION NOTICE

54 -- Concrete Single Restroom

Notice Date
11/29/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - Central California Area Office (CCAO) 7794 Folsom Dam Road Folsom CA 95630
 
ZIP Code
95630
 
Solicitation Number
06SQ2400018
 
Response Due
12/9/2005
 
Archive Date
11/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared by the Bureau of Reclamation, Central California Area Office, in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as 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. Solicitation No. 06SQ240018 is being issued as a Request for Quote (RFQ) and will be awarded as a firm, fixed-price purchase order for Commercial Items to the offeror that provides the best value to the Government. This requirement is 100% set-aside for small business. The North American Industry Classification System (NAICS) applicable to this RFQ is 236220; small business size standard is $28.5M. Must be "BRAND NAME OR EQUAL." The salient characteristics are: 6'-3" x 9'-4" floor plan. Three (3) each single concrete restrooms. Pre-engineered facility to meet all ADA accessibility requirements. SST Single Restroom, include one (1) 750-gallon vault w/vent, cleanout, toilet riser w/safety bars. Roofing: brown metal, unless otherwise specified. Exterior: split-faced concrete. Prefabricated, molded building & roof; reinforced concrete foundation/slab; heavy steel door and hardware; 1/2" T-111 wood siding, pre-assembled. Aluminum frame Lexan translucent windows; 750-gallon cross-linked polyethylene underground vault; 18" ADA toilet riser with seat and lid. 12" diameter vent pipe. 24" diameter cleanout for pump access. Stainless steel grab bars. All hardware and fasteners. SST odor free venting; and a detailed installation manual and specifications. Three (3) each single SST Accessory Kit: Two (2) roll white steel toilet paper dispenser, Unisex restroom sign. Structural Engineering Fee. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.211-6 BRAND NAME OR EQUAL; 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. Effective October 1, 2003, any contractor to be awarded a government contract must be registered in Central Contractor Registration (CCR). Contractors may register at http://www.ccr.gov. Responses to this notice should include the firm's (a) name, (b) mailing address, (c) Dun and Bradstreet number (DUNS), (d) Tax Identification Number (TIN), and (e) a statement that the firm is or is not registered in the Online Representations and Certifications Application (ORCA). Effective January 1, 2005, any contractor submitting a quotation, offer or proposal to the Government must complete their Representations and Certifications online. To complete your Online Representations and Certifications (ORCA), contracts need to go to http://orca.bpn.gov. E-mail responses to this solicitation can be submitted to the following address to the attention of mspurgeon@mp.usbr.gov or may be faxed to (916) 989-7296 to the attention of Marie Spurgeon. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. All quotes to reference this RFQ number 06SQ240018, and shall be submitted by 5:00 p.m., local time on December 9, 2005. Award of contract shall be made on or about December 13, 2005. Due to highway limitations all delivery vehicles are limited to a trailer length of 37' on CA-128, and delivery trucks with trailers cannot use CA-121. The two roads are very winding, CA-121 is particularly sharp. Deliveries are accepted between 7:00-2:00 Monday - Friday.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=160385)
 
Place of Performance
Address: Lake Berryessa 5520 Knoxville Road Napa, CA
Zip Code: 94558
Country: US
 
Record
SN00941476-W 20051201/051130090403 (fbodaily.com)
 
Source
FedBizOpps 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.