Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

99 -- Jarbidge Culvert Materials

Notice Date
5/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Suite 200, Boise, ID, 83709, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-9360-s-07-0015
 
Response Due
5/25/2007
 
Archive Date
9/30/2007
 
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; quotations are being requested and a written solicitation will NOT be issued. This is a request for quotations No.AG-9360-S-07-0015; quotation due date is May 25, 2007. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation 2001-12. NAICS: 332322. Size Standard: 500. PART 1 SCHEDULE, SECTION B SUPPLIES OR SERVICES AND PRICE COSTS. ITEM 151-01: Delivery one (1) of Concrete Box Sections, which includes delivering the specified materials to Jarbidge, Nevada, including required transportation permits and other items incidental to delivery. Delivery date on or before July 19, 2007. Jarbidge is located approximately 80 miles southwest of Twin Falls, Idaho. To travel to Jarbidge from Twin Falls, head south on US 93 for approximately 25 miles to the town of Rogerson. From Rogerson, travel southwest out of town for approximately 65 miles on Salmon Falls Dam Road (also known as Three Creek Road), changing to Elko County Road 752 in Nevada. The road from Rogerson to Jarbidge is paved approximately 50 miles and graded 15 miles. Salmon Falls Dam does have width and length restrictions but alternate routes are available if necessary. The government will provide equipment to unload materials if delivery is made after June 27, 2007. Notify the Contracting Officer at least 7 days prior to delivery to coordinate unloading. TOTAL ITEM 151-01$__________. ITEM 151-02: Delivery one (1) Metal Culvert and Coupling Bands, which includes delivering the specified materials to Jarbidge, Nevada, including required transportation permits and other items incidental to delivery. Delivery date on or before July 19, 2007. Jarbidge is located approximately 80 miles southwest of Twin Falls, Idaho. To travel to Jarbidge from Twin Falls, head south on US 93 for approximately 25 miles to the town of Rogerson. From Rogerson, travel southwest out of town for approximately 65 miles on Salmon Falls Dam Road (also known as Three Creek Road), changing to Elko County Road 752 in Nevada. The road from Rogerson to Jarbidge is paved approximately 50 miles and graded 15 miles. Salmon Falls Dam does have width and length restrictions but alternate routes are available if necessary. The government will provide equipment to unload materials if delivery is made after June 27, 2007. Notify the Contracting Officer at least 7 days prior to delivery to coordinate unloading. TOTAL ITEM 151-02: $__________. ITEM 706-01: 48?x 36? Precast Concrete Box Sections, Materials are to meet the requirements of Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects ? Section Precast Reinforced Concrete Box Sections, and as more specifically identified herein. Box sections shall conform to AASHTO M 259 or M 273, as applicable, and to the following dimensions and loading conditions: Inside Width:48?, Inside Height: 36?, Load Rating: AASHTO HS-20, Depth of Cover: 24?. TOTAL ITEM 706-01: $__________. ITEM 707-01: 24? dia. Metallic-Coated Spiral Rib Pipe, Materials are to meet the requirements of Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects ? Section 707.11 ? Metallic-Coated Spiral Rib Pipe, and as more specifically identified herein. Pipe and coupling bands shall conform to AASHTO M 36, Type IR and IIR, AASHTO M 218, M 274, or M 289, as applicable, and to the following dimensions and thickness: Diameters: 24? and 36?, Thickness: 14 guage. Coupling bands are to match the pipe corrugations and be soil tight. TOTAL ITEM 707-01: $__________. ITEM 707-02: 36? dia. Metallic-Coated Spiral Rib Pipe, Materials are to meet the requirements of Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects ? Section 707.11 ? Metallic-Coated Spiral Rib Pipe, and as more specifically identified herein. Pipe and coupling bands shall conform to AASHTO M 36, Type IR and IIR, AASHTO M 218, M 274, or M 289, as applicable, and to the following dimensions and thickness: Diameters: 24? and 36?, Thickness: 14 guage. Coupling bands are to match the pipe corrugations and be soil tight. TOTAL ITEM 707-02: $__________. ITEM 707-03: Coupling Bands for 24? dia Metallic-Coated Spiral Rib Pipe. TOTAL ITEM 707-03: $__________. ITEM 707-04: Coupling Banda for 36? dia Metallic-Coated Spiral Rib Pipe. TOTAL ITEM 707-04: $__________. TOTAL ALL ITEMS: $____________. The following FAR clauses apply to this acquisition: 52.212 1, Instructions to Offerors, Commercial Item; 52.212 2, Evaluation, Commercial Item, paragraph a) the evaluation criteria will be delivery date and price; 52.212 3, Offeror Representations and Certifications, Commercial Item; 52.212 4, Contract Terms and Conditions, Commercial Item; 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Item; 52.249 8 (4/84), Default (Fixed price Supply and Service). NOTE: Offeror must include a copy of the provisions at 52.212 3, Offeror Representations and Certifications Commercial Item with their quote. This can be obtained at http://www.arnet.gov/far/farqueryframe.html. 52.204-7 Central Contractor Registration. (Oct 2003) Alternate I (Oct 2003). (a) Definitions. As used in this clause- Central Contractor Registration (CCR) database means the primary Government repository for Contractor information required for the conduct of business with the Government. Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. Registered in the CCR database means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields and has marked the record Active. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS or DUNS +4 followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the Suspension of Payment paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the Suspension of payment paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. Alternate I (Oct 2003). As prescribed in 4.1104(a), substitute the following paragraph (b) for paragraph (b) of the basic clause: (b)(1) The Contractor shall be registered in the CCR database by December 31, 2003. The Contractor shall maintain registration during performance and through final payment of this contract. (2) The Contractor shall enter DUNS NUMBER:____________ and TIN:____________ with their quote. Quotes shall include a total price for the two items above. Quotes are due by close of business 05/25/2007 at the SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Ste 200, Boise, Idaho 83709. FAX quotes will be accepted at 208-373-4197. Contact Tanya Spanfellner at 208-373-4130 for additional information.
 
Place of Performance
Address: 2035 Last Chance Road, Elko, NV
Zip Code: 89801
Country: UNITED STATES
 
Record
SN01297965-W 20070520/070518220334 (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.