Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2006 FBO #1690
SOLICITATION NOTICE

E -- Provide two all-metal free-standing awnings/carports.

Notice Date
7/11/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and General Services U.S. Fish & Wildlife Service PO Box 1306, Room 5108 Albuquerque NM 87103
 
ZIP Code
87103
 
Solicitation Number
201816Q025
 
Response Due
7/31/2006
 
Archive Date
7/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation to provide materials and assemble two all-metal, free-standing awnings/carports. To be prepared n accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation quote being requested. Solicitation No. 201816Q025 is issued as a Request for Quote (RFQ) and will be awarded as a Purchase Order using simplified acquisition procedures. This acquisition is 100 percent set-aside for small business. The NAICS Code number is 236118. The small business size is $28.5. The solicitation document, incorporated provisions and clauses are listed below. BACKGROUND: The U.S. Fish and Wildlife Service, Havasu National Wildlife Refuge, headquarters, 317 Mesquite Avenue, Needles, CA requires two all-metal, free standing awnings/carports. The exact location will be determined by the Refuge Manager. GENERAL DESCRIPTION: The solicitation is for materials and assembly of two all-metal, free standing awnings/carports. The first awning/carport will measure forty-eight *48) feet wide by twenty (20) feet deep by nine (9) feet high (inside dimension) and consist of four (4) twelve (12) foot wide bays. The second awning/carport will measure forty-eight (48) feet wide by twenty (20) feet deep and consist of four (4) twelve-foot (12 foot) wide bays. The inside height of three (3) bays will be nine (9) feet. The inside height of one (1) end bay will be fourteen (14) feet. The existing metal roof structure has a minimum gage of 29 with manufacturer standard support structures at a minimum of .125 gage. The assembly/installation must meet local building codes, particularly with regard to wind loading. Submit descriptive literature of hardware and materials proposed with your quote. Total price must also include all applicable taxes or fees. A pre-bid site visit is encouraged with Point of Contact, John Earle, Phone: 760/326-3853, Ext 22. The start date of project after award will be negotiated with POC and project must be completed Not-Later-Than (NLT) 60 calendar days. Note: POC to be contacted 24 hours prior to assembly/installation and delivery of awnings, hardware, and other materials supplied by Contractor. Total price must include FOB Destination, which includes off-loading of heavy materials being delivered to the refuge. Any discounts should be listed on your quote. Delivery must be made on weekdays excluding federal holidays, between 8:00 a.m. and 2:00 p.m. local time. The project magnitude is between $25,000.00 and $100,000.00. The provision at FAR 52.212-01, Instructions to Offerors-Commerical Items, the clause FAR 52.212-03, Offeror Representations and Certifications - Commercial Items, the clause FAR 52.212-04, Contract Terms and Conditions Commercial Items, the clause FAR 52.212-05, Contract Terms and Conditions required to Implement Statues or Executive Orders - Commercial Items, the clause FAR 52.204-07 Central Contract Registration, 144802-038 Electronic Commerce Website and R2-036 Questionnaire of Bidders' Responsibility apply to this acquisition. The provision at FAR 52.213-04(C), Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items) Deviation. The Government will award to the responsible offeror who conforms to the synopsis/solicitation and is considered most advantageous to the Government, based on other considerations and price; FAR clauses can be accessed at the following websites: http://www.arnet.gov/far and http://www.doi.gov/pam/pamare. Vendors wishing to respond to this combined synopsis/solicitation electronic submission should provide this office with the following: price quote less discounts with correct remittance address, and completed copies of clauses in the FAR 52.212-03, Offeror Representations and Certifications-Commercial Items, and R2-036 Questionnaire of Bidder's Responsibility. The Offeror agrees to hold the prices in the offer firm for 30 calendar days from the date specified for the receipt of offers. Quotes are due no later than 4:00 p.m. (local time), July 31, 2006 and should be electronically submitted or mailed to U.S. Fish and Wildlife Service (CGS) 500 Gold Ave., SW, Room 5108, P.O. Box 1306, Albuquerque, NM 87103, attn: Mary Garcia. For information contact Mary Garcia e.mail address: Mary_Garcia@fws.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144852&objId=307295)
 
Place of Performance
Address: HAVASU NATIONAL WILDLIFE REFUGE, 317 MESQUITE AVE., NEEDLES, CALIFORNIA, 92363, SAN BERNARDINO COUNTY, CA.
Zip Code: 92363
Country: USA
 
Record
SN01086659-W 20060713/060711221323 (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.