Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
MODIFICATION

56 -- Egley Fire Suppression Fence Replacement Supplies

Notice Date
2/11/2008
 
Notice Type
Modification
 
NAICS
423390 — Other Construction Material Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Southeastern Oregon ZAP, Fremont-Winema NF, 1301 South G Street, Lakeview, OR, 97630, UNITED STATES
 
ZIP Code
97630
 
Solicitation Number
R6-04-08-8500
 
Response Due
2/29/2008
 
Archive Date
3/15/2008
 
Point of Contact
Sarah Ackerman, Contract Specialist, Phone (541) 575-3155, Fax (541) 575-3002
 
E-Mail Address
sarahackerman@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
EGLEY FIRE SUPPRESSION FENCE REPLACEMENT SUPPLIES COMMERCIAL COMBINED SYNOPSIS/SOLICITATION (i) 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. (ii) The solicitation number R6-04-08-8500 and is being issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. (iv) This is a small business set-aside with an associated NAICS code of 423390 and small business size standard of 100 employees. (v) The following are this solicitation's list of contract line item number(s) and items, quantities and units of measure: 1) T-posts; 5-1/2 feet, 1.25 lb/ft, green with white tops 14000 ea $__________ 2) Barbed Wire; 12.5 gauge, two point 432 1/4 mile rolls ea $__________ 3) 60 penny pole barn ring shanks, 6" 13 50 lb bag $__________ 4) Fence Staples; 1-1/2" cleated or polished 16 50 lb box $__________ 5) Two strand barbless wire, 12.5 gauge 27 1/4 mile rolls ea $__________ 6) 9 gauge; non-galvanized, #9 brace wire (used to build braces, gate loops, etc.) 20 100 lb rolls ea $__________ 7) Wood stays 4 foot length, greater than 3" width, less than 4" width, larch 16000 ea $__________ If you are unable to supply all line items, just provide prices for the items that you can supply and indicate "no quote" in those items that you can not supply Total Quote $___________ (vi) The above items and quantities are the desired deliverables; however, offerors may propose more than one product and different quantities that will still meet this government need. Each offer submitted by an offer will be evaluated separately. If you are unable to supply all line items, provide prices for the items that you could supply and indicate "no quote" in those items that you are unable to supply. More than one award may be made as a result of this solicitation in order to obtain the necessary materials and quantities. (vii) The date for delivery is April 30, 2008. The place of delivery and acceptance is the Emigrant Creek Ranger District; 265 Highway 20 South; Hines, OR 97738. Shipping terms are FOB Destination. (viii) The provision "52.212-1, Instructions to Offerors-Commercial", applies to this acquisition and the following are provided as an addenda to this provision. (ix) All offerors acknowledge 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 resulting from this solicitation. Offerors 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. The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: 1) Price; 2) how well the proposed products meet the Government requirements, 3) date of availability. These factors are listed in descending order of importance. Non-cost factors when combined are significantly less important that price. (x) All offerors shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. (xi) FAR Clause ??52.212-4, Contract Terms and Conditions--Commercial Items?? applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) (xii) FAR Clause "52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items" and the following clauses were selected as applicable to the acquisition: 1 (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 1 (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). 1 (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). 1 (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 1 (12) 52.222-26, Equal Opportunity (E.O. 11246). 1 (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 1 (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 1 (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). 1 (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 1 (18) 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a - 10d). 1 (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (xiii) There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. (xiv) Note 1 applies. The proposed contract is 100% set aside for small business concerns. (xv) The date, time and place offers are due is February 29, 2008, 4:30 PST at the Malheur National Forest; 431 Patterson Bridge Road; P.O. Box 909; John Day, OR 97845. Offers may be submitted by facsimile at 541-575-3002. (xvi) Contact Sarah Ackerman for information regarding this solicitation at telephone number 541-575-3155. ***IMPORTANT*** To submit an offer: 1. Fill out your pricing information on the first page or another page with all of the information included in the table on page one of this solicitation. All items shall be shipped to the Emigrant Creek Ranger District so any associated costs of shipping shall be included in the price of the items. Offers shall show the solicitation number, the date and time specified in this solicitation for receipt of offers, the name, address, and telephone number of the offeror, a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 2. Ensure that your company is registered in CCR. 3. Provide your DUNS number on your offer(s). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/FS/04P5/R6-04-08-8500/listing.html)
 
Place of Performance
Address: Emigrant Creek Ranger District 265 Highway 20 South Hines, OR 97738
Zip Code: 97738
Country: UNITED STATES
 
Record
SN01506143-F 20080213/080211231548 (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.