Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

99 -- Supply and Delivery of Wooden Stakes

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
321999 — All Other Miscellaneous Wood Product Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Deschutes NF, 1001 SW Emkay Drive, Bend, OR, 97702
 
ZIP Code
97702
 
Solicitation Number
AG-04GG-S-06-0028
 
Response Due
7/26/2006
 
Archive Date
8/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Description of Work Supply and Delivery of Wooden Stakes Document Type: Combine Synopsis/Solicitation Solicitation Number: AG-04GG-S-06-0028 Posted Date: July 11, 2006 Original Response Date: July 26, 2006 Current Response Date: July 26, 2006 Original Archive Date: Current Archive Date: Classification Code: F -- Natural resources & conservation services Set Aside: Total Small Business NAICS Code: 321999 -- All Other Misc. Wood Product Contracting Office Address Department of Agriculture, Forest Service, R-6 Central Oregon Region, 1001 SW Emkay Dr. Bend, OR 97702 Description This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is AG- 04GG-S-06-0028 and this requirement is being issued as a Request for Quote. The procurement is 100% set-aside for small business. The North American Industry Classification System (NAICS) number is 321999- small business size standard is 500 employees. The USDA Forest Service, Department of Agriculture, Forest Service, R-6 Central Oregon Region, 1001 SW Emkay Dr. Bend, OR 97702. The scope of work consists of supply and delivery of Wood stakes (Pressure-Treated) 3 /4 inch x 1 3/4 inch x 30 inch in bundles (BD) of 50; Quantity: 2200 BD (110,000 stakes). WOOD: Acceptable wood species are: Douglas-fir, western larch, white fir, hemlock, grand fir, spruce, and Lodgepole pine.(a) wane shall not exceed 1/2 inch on the face and edge (b) knots shall not exceed 1/2 inch on the face and edge. (c) shall be free of loose knots (d) slope of the grain shall not exceed 1 in 6.(e) shall not contain splits, pitch pockets larger than 1inch, or weeping pitch pockets. (f) shall be of natural color (no discolored materials such as blue stain, water soaked or age (g) shall be free of core/heartwood of the tree (h) shall not exceed 35% moisture content when tested with a wood moisture meter (will likely need to be kiln dried after pressure treatment) (i) shall be treated with ACQ (alkaline copper quat) or CAB (copper azole B) to .40 absorption or refusal. END-TREATMENT: Stakes shall have at one end of the stake, a minimum of 3 inch to a maximum of 4 inch two-sided point along the stake centerline. PACKAGING: Stakes shall be in bundles of 50 that are securely bound on both ends with plastic or metal banding and placed on intact sturdy pallets (50-60 bundles per pallet) with a minimum of 3 inch clearance to allow easy off loading using a fork lift. DELIVERY: A 72 hour notification shall be given to the individual listed below prior to delivery so that arrangements can be made for the Government to provide unloading equipment. Items shall be delivered by 09/18/2006 by noon (to allow for same day inspection) to Deschutes National Forest - Bend Pine Nursery, 63095 Deschutes Market Rd., Bend OR 97701, contact Thomas Hittlet (541) 383-4731. INSPECTION: The contractor, not the government, shall be responsible for management and quality control actions to meet the terms of the contract. The contractor shall be required at the time of contract award to present to the government a written quality control plan stating their self-inspection procedures to ensure the requirements of the contract are provided as specified. The government will verify contractors inspection results by: 1) Counting bundles 2) Random sampling of a minimum of 1% of stakes for concurrence with contract specifications, 3) random checking for wood moisture with a wood moisture meter. More than 5% defective stakes will be cause for rejection. A defect is a stake from a randomly sampled bundle that fails to meet one or more contract specifications. The percentage of defective stakes will be applied to the total quantity ordered. Inspections and tests by the Government do not relieve the Contractor of responsibility for defects or other failures to meet contract requirements discovered before acceptance. Acceptance conclusive, except for latent defects, fraud, gross mistakes to fraud, or as otherwise provided in the contract. If acceptance is not conclusive for any of the above reasons, the Government, in addition to any other remedies provided by law, or under other provisions of this contract, shall have the right to require the Contractor (1) at no increase in contract price, to correct or replace the defective or non conforming supplies at the original point of delivery or at the Contractors plant at the Contracting Officers election, and in accordance with a reasonable delivery schedule as may be agreed upon between the Contractor and the Contracting Officer, provided, that Contracting Officer may require a reduction in contract price if the Contractor fails to meet such delivery schedule, or (2) within a reasonable time after receipt by the Contractor of notice of defects or non conformance, to repay such portion of the contract as is under the circumstances if the Contracting Officer elects not to correct or replace. When supplies are returned to the Contractor, the Contractor shall bear the transportation cost from original point of delivery to the Contractors plant and return to original point when that point is not the Contractors plant. If Contractor fails to perform or act as required in (1) or (2) above and does not cure such failure within a period of 10 days (or such period as the Contracting Officer may authorize in writing) after receipt of notice from the Contracting Officer specifying such, the Government shall have the right by contract or otherwise to correct such supplies and charge to the Contractor the cost occasioned the Government thereby. The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items, 52.212-2 Evaluations Commercial Items: The evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Sample meets specifications (2) delivery date and (3) Past Performance, delivery time and past performance, when combined, are approximately equal to price. 52.212-3, Offeror Representations and Certifications Commercial Items. 52.212-4, Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of 52.212-5 the following applies: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). In paragraph (b) of 52.212-5(b), the following apply: The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.225-1 Buy American Act ? Supplies (June 2003) (41 U.S.C. 10a-10d). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Point of Contact Cynthia B. Armour, Contracting Officer, Phone 541-383-5552, Email-carmour@fs.fed.us. Joann Smalling, Procurement Technician, Phone 541-383-5543, Email- jsmalling@fs.fed.us Place of Delivery of Quote Address: 1001 SW Emkay Dr. Postal Code: 97702 Country: USA
 
Place of Performance
Address: Contractors place of business will be point of contract performance., , Delivered to:, Bend Pine Nursery, 63095 Deschutes Market Rd., Bend, OR
Zip Code: 97701
Country: UNITED STATES
 
Record
SN01087088-W 20060714/060712220304 (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.