Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOLICITATION NOTICE

55 -- Rough-sawn bridge lumber; North Cascades NPS Complex, Marblemount, Washington.

Notice Date
4/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - NOCA North Cascades NPS Complex 7280 Ranger Station Road Marblemount WA 98267
 
ZIP Code
98267
 
Solicitation Number
Q9475065069
 
Response Due
4/17/2006
 
Archive Date
4/6/2007
 
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; proposals are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06. This solicitation is restricted to small businesses, NAICS 444190, Lumber retailing yards, with a small business size standard of 500 employees. The National Park Service encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue firm-fixed price contract(s) to the responsible offeror(s) whose total offer is the most advantageous for the Government, price and other factors considered. The Government has divided the order into product groups described below and reserves the right to not award some groups or to make multiple awards. BACKGROUND North Cascades National Park Service (NPS) Complex maintains a widespread trail system for hikers and horsepackers. The system includes several timber-framed suspension bridges. The ~250' long Diablo suspension bridge is due for cyclic maintenance, to be performed by NPS employees. NPS also maintains lumber-framed tent pads in front- and back-country campgrounds. The lumber to be purchased herein will be used to replace aging bridge members and to build new tent pads. PRODUCT DESCRIPTION Contractor shall provide lumber conforming to these specifications in the quantities listed below. Due to fluctuating supply and delivery timing, NPS has structured the order for maximum flexibility. Read and complete the Price Schedule section carefully. Groups 1 through 4: Rough-sawn with minimum 10 growth rings per inch, no wane. Group 1: Douglas-fir long timbers, #1 grade or better. Dimensions listed are FULL. Group 2: Douglas-fir short stock lumber, #2 grade or better. Dimensions listed are NOMINAL. Group 3: Alaska yellow cedar short stock lumber, #2 grade or better. Dimensions listed are NOMINAL. Group 4: Pressure-treated Douglas-fir short stock lumber, #2 grade or better, treated with ACQ to minimum 0.40 retention. Dimensions listed are NOMINAL. Group 5: Pressure-treated wood poles, treated with ACQ to minimum 0.40 retention, 5-6" diameter at top end. Prefer brown color. INSPECTION AND ACCEPTANCE NPS will inspect the lumber package upon delivery. However, because non-conforming pieces may not be discovered until the package is disassembled, the NPS reserves the right to reject lumber that does not conform to the specifications up to 30 days after delivery. The contractor shall replace the pieces at no cost or provide an equitable price adjustment (contractor will bear cost of returning items to shop). DELIVERY Delivery address is North Cascades NPS Complex, 7280 Ranger Station Road, Marblemount, WA 98267. Notify Sarah J. Welch, Contracting Officer, at least one week prior to expected delivery date (360/873-4590 x11 or sarah_welch@nps.gov). Delivery shall occur within 90 days of contract award. Note earliest possible delivery timeframe (e.g. 30 days after award) in your offer for each group. SCHEDULE Pricing shall be FOB ORIGIN. Even though we may award to more than one contractor, we will not split up the groups listed below. Price each group as a stand-alone item and note any appropriate discounts. Line item Description Quantity (each) Unit price Line item total # board feet per piece 1 Group 1, 3"x12"x 30' 10 $ $ 2 Group 1, 3"x12"x 26' 10 $ $ 3 Group 1, 3"x12"x 24' 50 $ $ 4 Delivery for Group 1 1 job $ $ 5 Group 2, 4"x6"x 7' 56 $ $ 6 Group 2, 4"x6"x 10' 4 $ $ 7 Group 2, 4"x4"x 12' 76 $ $ 8 Group 2, 4"x4"x 14' 48 $ $ 9 Group 2, 4"x4"x 16' 20 $ $ 10 Group 2, 1"x4"x 14' 138 $ $ 11 Group 2, 1"x4"x 16' 28 $ $ 12 Group 2, 4"x10"x 18' 6 $ $ 13 Group 2, 4"x10"x 20' 4 $ $ 14 Group 2, 4"x10"x 24' 22 $ $ 15 Group 2, 3"x10"x 12' 10 $ $ 16 Group 2, 2"x6"x 10' 55 $ $ 17 Group 2, 8"x8"x 10' 22 $ $ 18 Group 2, 6"x8"x 10' 2 $ $ 19 Group 2, 3"x6"x 12' 8 $ $ 20 Group 2, 3"x6"x 10' 2 $ $ 21 Group 2, 2"x8"x 8' 4 $ $ 22 Delivery for Group 2 1 job $ $ 23 Group 3, 4"x6"x 7' 56 $ $ 24 Group 3, 4"x6"x 10' 4 $ $ 25 Group 3, 8"x8"x 10' 22 $ $ 26 Group 3, 6"x8"x 10' 2 $ $ 27 Delivery for Group 3 1 job $ $ 28 Group 4, 8"x8"x 14' 2 $ $ 29 Group 4, 6"x8"x 8' 4 $ $ 30 Delivery for Group 4 1 job $ $ 31 Group 5, 12' length 150 $ $ 32 Delivery for Group 5 1 job $ $ Total for all line items $___________ $____________ Materials discount if all groups ordered from same vendor <$ > <$ > Delivery discount if all groups ordered from same vendor <$ > <$ > INSTRUCTIONS TO OFFERORS The deadline for receipt of quotes is April 17, 2006, at 4:30 pm. Offers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum: 1. Completed Schedule, with delivery date noted for each group; 2. A statement indicating if you prefer payment by MasterCard or direct deposit (net 30 days); 3. Prompt payment and warranty terms; 4. Contractor remittance address, DUNS number, and federal tax identification number; 5. Name, phone number, and address of your point of contact; 6. Signature of official authorized to bind your organization; and 7. A completed copy of FAR 52.212-3 if you haven't yet completed the ORCA record. Submit two (2) proposals to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 7280 Ranger Station Road, Marblemount WA 98267. Prior to submission of an offer, the offeror must: 1. Maintain a current profile in the Central Contractor Registration database (www.ccr.gov); 2. Have filed the required reports for veterans employment (http://vets100.cudenver.edu/), if the value of the contract will exceed $25,000; and 3. Have completed the online submission of annual representations and certifications (https://orca.bpn.gov/). Offerors must review and comply with the FAR provisions/clauses listed below. This information is available on the Internet at http://www.arnet.gov/far. 1. FAR 52.212-1, Instructions to Offerors - Commercial Items; 2. FAR 52.212-2, Evaluation - Commercial Items; 3. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 4. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 1, 5, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 31, and 33.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2119353)
 
Place of Performance
Address: Deliver to Marblemount WA.
Zip Code: 98267
Country: USA
 
Record
SN01022387-W 20060408/060406221220 (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  © 1994-2020, Loren Data Corp.