Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

99 -- Provide an interpretive plan, signs & supports for the Hiawatha Trail, St. Regis, MT

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Aerial Fire Depot, 5765 Highway 10 West, Missoula, MT, 59802
 
ZIP Code
59802
 
Solicitation Number
AG-03R6-R-06-49711
 
Response Due
7/25/2006
 
Archive Date
8/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation AG-03R6-R-06-49711 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-10. This is a total small business set-aside and the small business size standard is $6.5 mil. The North American Industry Classification code is 541620. A quotation is requested to provide an interpretive plan for the Montana portion of the Hiawatha Trail, 25 miles in length from the trailhead at St. Paul Pass Tunnel to St. Regis, Montana, and the design and production for ten (10) interpretive signs, frames and supports. This includes planning, development, design, coordination and production. GOVERNMENT FURNISHED SERVICES AND SUPPLIES: The Government will furnish the following materials to the contractor: (a), Coordination of the project, including approval of design, layout and illustrations, (b), Goals and objectives for the plan, interpretive signs and trail, and (c), Historic or natural history photographs readily available for the signs and all necessary color reference materials for illustrations. CONTRACTOR FURNISHED MATERIALS: The Contractor shall furnish all labor, supervision, equipment, and supplies necessary to produce an interpretive plan approximately five to ten pages in length and ten (10) signs including coordination, illustrations (approximately four (4) per panel), layout, design and production of the signs. The Contractor will provide a preliminary schematic of the signs, and will design and construct frames and supports for the signs. TECHNICAL SPECIFICATIONS: The Contractor is to produce an interpretive plan, and design, illustrate, layout, and produce 10 (ten) interpretive 24? X 36? signs. The signs will be full-color, high resolution, digital prints that are fiberglass embedded. There will be approximately two to four illustrations/photographs per sign. The Contractor shall provide two (2) back-up copies with two (2) fiberglass embedments of each sign. The Contractor will construct ten (10) metal frames, painted a color to be decided by the Forest Service, and ten (10) post supports for each sign. The signs will complement the existing look of the signs along the Idaho portion of the Hiawatha Trail. The illustrator used, and the size and production material of the interpretive signs and signs supports will be decided upon between the Contractor and the Forest Service. INSPECTION AND ACCEPTANCE: The Contractor will furnish the Government with a minimum of one (1) draft and one (1) final plan and design mock-up of the signs and illustrations to be used. The Forest Service will review the draft and final documents and make any necessary corrections, additions, changes or deletions to the Contractor. DELIVERY: Upon final acceptance and approval by the Government, the Contractor will provide the Government with the interpretive plan, ten (10) signs, ten (10) sign frames, and ten (10) sign supports. Items will be delivered FOB Destination to the Lolo National Forest, Attn: Susan Reel, Building 24, Fort Missoula, Missoula, MT. 59804. Expected delivery is February 1, 2007 but may be negotiated at the time of award. The FAR provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Award will be made based on the best value to the government. Evaluation of quotations will be made on past performance, ability to meet delivery schedule, technical approach and price. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the offer. The FAR clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Quotes must be received by July 25, 2006, 1600 MST, at the Aerial Fire Depot, Attn: Kaye Dobrocke, 5765 W. Broadway, Missoula, MT. 59808. In addition to providing the quotation and completed 52.212-3, offerors must include two references with knowledge of the Contractor?s past performance in projects of a similar nature. For more information please contact Kaye Dobrocke at 406-329-4940, 406-329-4764 or 406-544-1063. For questions regarding technical specifications contact Susan Reel at 406-329-3831.
 
Place of Performance
Address: Lolo National Forest, Building #24, Ft. Missoula, Missoula, MT. 59804
Zip Code: 59804
Country: UNITED STATES
 
Record
SN01085422-W 20060712/060710220145 (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.