Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

56 -- Aggregate Stockpiles

Notice Date
5/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, BLM-OR OREGON STATE OFFICE* 333 SW FIRST AVENUE-7TH FLOOR PORTLAND OR 97204
 
ZIP Code
97204
 
Solicitation Number
HAQ081019
 
Response Due
5/20/2008
 
Point of Contact
Lynnial E Trusty Contracting Officer 5038086302 lynnial_trusty@blm.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation/reference number is HAQ081019; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. This acquisition is set aside for small business. The North American Industry Classification System (NAICS) code is 423320. The size standard is 100 employees. The Product Service Code (PSC) is 5680. The Bureau of Land Management, Coos Bay District Office, is intending aggregate rock to be delivered to four separate locations. This procurement is for a fixed-price type purchase order. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-3 shall be completed as noted above and submitted with the quote. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by full text. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items by full text. FAR 52.203-3 Gratuities. FAR 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government. FAR 52.204-4 Printed or Copied Double Sided Recycled Paper. FAR 52.204-7 Central Contractor Registration. FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Supended, or Proposed for Debarment. FAR 52.219-4 Notice of Price Evaluation of Total HUBZone Small Business Set-Aside. FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.232-33, Payment by Electronic Funds- Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contracts. FAR 52.242-13 Bankruptcy. FAR 52.242-14 Suspension of Work. FAR 52.242-15 Stop Work Order. FAR 52.247-34, F.O.B. Destination. FAR 52.253-1, Computer Generated Forms. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.acquisition.gov/comp/far/index.htm or http://www.arnet.gov/far/loadmainre.html ; clauses may be accessed electronically in full text by going to either of these two Internet addresses. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov Contractors are required to submit their DUNS number and TAX ID number with their quote. Interested contractors must contact Lynnial Trusty to request the Quotation Schedule, Aggregate Rock Specifications, and Site Location Maps for this solicitation. Quotes must be received no later close of business May 20, 2008. Quotes must be emailed to (lynnial_trusty@blm.gov) or faxed to (503) 808-6312 Attn: Lynnial Trusty. The point of contact for this solicitation is Lynnial Trusty, Contracting Officer, (503) 808-6203, lynnial_trusty@blm.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=02a7d33b961ee2d8994665bd744ba936&tab=core&_cview=1)
 
Place of Performance
Address: BLM, Coos Bay District
Zip Code: 97549
 
Record
SN01575351-W 20080518/080516221039-02a7d33b961ee2d8994665bd744ba936 (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.