Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

99 -- Supply Bear Proof/Resistant Lockers

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, CA, 95959-2250
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9A63-S-06-0124
 
Response Due
9/1/2006
 
Archive Date
11/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION RFQ #_AG-9A63-S-06-0124_, Bear Proof Lockers Contracting Office: ATTN: Matthew Gagnon USDA Forest Service IBET PROVINCE ACQUISITIONS 631 Coyote St. Nevada City, CA 95959 FAX: 530-478-6126 NAICS: 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing Size Standard: <500 employees SET ASIDE: 100% Small Business Set Aside ISSUE DATE: 8/23/2006 Quotation Due DATE: 9/1/2006 at 1:30 PM PST ANTICIPATED AWARD DATE: 9/11/2006 The award will be made as a Fixed Price Contract. NOTICE TO PROCEED: Notice to Proceed will be 5 days after award DELIVERY SCHEDULE: Due to weather conditions and accessibility during the winter months delivery is needed prior to November 1, 2006. If a time extension is needed for fabrication please state intended delivery schedule so we can evaluate with price. DELIVERY ADDRESS: 2 Delivery sites (If further information is needed please contact COTR). SITE #1: Schoolhouse Campground, nearest town is Camptonville, CA. SITE #2: Salmon Creek Campground, nearest town is Sierra City, CA POC: Matthew Gagnon, Contracting Officer; ph. 530-478-6826, fax. 530-478-6126 email, matthewgagnon@fs.fed.us Heather Newell, Contracting Officer?s Technical Representative, 530-478-6253 DESCRIPTION OF SERVICES: Description of Work: The intent of this contract is to supply 60 commercial Bear Proof/Resistant lockers, that are a minimum of 24 CU/FT and a Maximum of 30 CU/FT, for use at two campgrounds in the Yuba River Ranger District, Tahoe National Forest. Yuba River Ranger Station is located at 15924 Hwy 49, Camptonville, CA 95922 Contractor Responsibility: The Contractor shall provide everything--including, but not limited to, all equipment, supplies, transportation, labor, and supervision--necessary to manufacture and deliver the Bear Proof Boxes, except for that which the contract clearly states is to be furnished by the Government. INSTRUCTIONS TO OFFERORS: 1. Update or Register in the Central Contractor Registry located at www.ccr.gov. 2. Provide completed copy of FAR 52.212-3 Offeror Representations and Certifications in provision section below or be registered in http://orca.bpn.gov 3. Provide the Technical Specifications of proposed Bear Proof /Resistant containers. 4. Provide the Schedule of Items form (completed). Ensure signature and contact information are on form. 5. FAX(preferred) or Mail all above material to contact number and address above. The Government intends to award without discussion, however if discussions are necessary to obtain the best value, the government reserves the right to open discussions with one or more contractors. The contractor is encouraged to provide their best pricing/offer during the initial quotation. EVALUATION FACTORS: See Provisions below, 52.212-2 Evaluation- Commercial Items SCHEDULE OF ITEMS: (CONTACT CONTRACTING OFFICER FOR A FAXABLE FORM TO USE) ITEM # 001- Steel Bear Proof/Resistant Storage containers. Containers must be minimum of 24 CU/FT and Maximum of 30 CU/FT. quantity - 60 units- PRICE PER UNIT $__________ ITEM TOTAL $________________ 002- Delivery of all units in Item 001 to the Schoolhouse Campground, and Salmon Creek Campground in the Yuba River Ranger District. One Lump Sum ITEM TOTAL $______________ TOTAL CONTRACT PRICE $______________________(ITEM 001+ITEM 002). FAR 52.212-2 Evaluation ? Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Specifications of proposed items Technical and past performance, when combined, are Significantly less important than price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (MAR 2005)CONTACT CONTRACTING OFFICER FOR A FAXED VERSION OR GO TO 52.212-3 OfferorsREPRESNTATION AND CERTIFICATION?Commercial Items. And cut and paste into a word document then print. 52.215-5 Facsimile Proposals. (Oct 1997) (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 530-478-6126 FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.242-14 Suspension of Work (APR 1984) 52.204-7 Central Contractor Registration (OCT 2003) Payment Payments . Payment will be made for fully acceptable work at the prices bid in the schedule of items. Payment will be made monthly or at the milestones specified below: Deductions In accordance with the inspection clause, payment may be made for less than fully acceptable work at a reduced price. Other exceptions are noted below: Contract Release. Before final payment will be made the Contractor shall sign a release of all claims against the Government arising by virtue of this contract, other than claims, in stated amounts, that the Contractor has specifically excepted from the operation of the release. A release may also be required of the assignee if the Contractor's claim to amounts payable under this contract has been assigned under the Assignment of Claims Act of 1940 (31 U.S.C. 3727 and 41 U.S.C. 15). Invoices. B. [XX ] Payment will be made from Contractor's invoice. In service contracts where work is paid for on a monthly basis and the Government prepares the invoice, the date for receipt of a proper invoice is established as the second working day of the month, starting with the month following the first service performed under the contract. FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders?Commercial Items (APR 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) 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). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). On file in Contracting Office. 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). WAGE DETERMINATION NO: 94-2055 REV (27) AREA: CA,SACRAMENTO (To see full wage determination go to Selecting SCA WDs , enter state and county of where work is to be completed, click NO to ?Were these services previously performed at this locality under an SCA-Covered contract??, click NO to next question, and wage determination will appear at the bottom of the page.
 
Place of Performance
Address: Camptonville, Ca.
Zip Code: 95922
Country: UNITED STATES
 
Record
SN01123042-W 20060825/060823220318 (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.