Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

99 -- Materials and Delivery of wayside exhibit bases - U.S. Fish & Wildife Service, Havasu National Wildlife Refuge, Needles, CA

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Contracting and General Services U.S. Fish & Wildlife ServicePO Box 1306, Room 5108 Albuquerque NM 87103
 
ZIP Code
87103
 
Solicitation Number
201819Q004
 
Archive Date
2/27/2010
 
Point of Contact
Lisa Rodriguez Contract Specialist 5052486797 lisa_rodriguez@fws.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial materials 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. Solicitation No. 201819Q004 is issued as a Request for Quote (RFQ) and a firm fixed price commercial order will be issued using Commercial Items procedures. This acquisition is set-aside for small business. The NAICS Code #339950. The small business size standard is 500 employees. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. BACKGROUND: The U.S. Fish and Wildlife Service, Havasu National Wildlife Service has the requirement for wayside exhibit bases for interpretive panel display. This requirement is for material and delivery only. Refuge staff will install the exhibit base. Contractor to supply and deliver materials to U.S. Fish and Wildlife Service, Havasu National Wildlife Refuge, 317 Mesquite Avenue, Needles, California 92363 as follows (RFQ does not include installation): Line Item No. 0001Three-sided upright wayside exhibit base with roof to hold three (3), three-foot (width) by five-foot (height) interpretive panels. Panels will be held in a triangular shape with the bottom of the panels 24" above the ground. Roof should be roughly circular in shape and extend two to three feet past the furthest extent of the base. Material: galvanized steel, weathering steel, painted aluminum (NPS brown/NPS Medium Gray). Quantity4 EachPrice per Unit $_______ Extended Amount $_______ Line Item No. 0002Upright wayside exhibit base with roof to hold two (2), three-foot (width) by five-foot (height) interpretive panels. Panels will be held back-to-back with the bottom of the panels 24" above the ground. Roof should extend two to three feet past the furthest extend of the base. Material: galvanized steel, weathering steel, painted aluminum (NPS brown/NPS Medium Gray). Quantity5 EachPrice per Unit $_______ Extended Amount $_______ Line Item No. 0003Upright wayside exhibit base with roof to hold two (2), two-foot (width) by three (height) interpretive panels. Panels will be held back-to-back with the bottom of the panels 24" above the ground. Roof should extend two to three feet past the furthest extend of the base. Material: galvanized steel, weathering steel, painted aluminum (NPS brown/NPS Medium Gray). Quantity3 EachPrice per Unit $_______ Extended Amount $_______ Line Item No. 0004Rail-mounted exhibit base to hold one (1), two-foot by three-foot interpretive panel. Panels will be held at a 45 degrees angle. Material: galvanized steel, weathering steel, painted aluminum (NPS brown/NPS Medium Gray). Quantity6 EachPrice per Unit $_______ Extended Amount $_______ Line Item No. 0005Shipping and Freight to include offloading of material.Quantity1 Lump SumPrice Per Unit $_______Extended Amount $_______ GRAND TOTAL: Line items 0001-0005$___________ Reference for information only: http://www.nps.gov/hfc/products/waysides/way-product-bases-up.htm DELIVERY INSTRUCTIONS: Material is to be delivered to Havasu National Wildlife Refuge located at 317 Mesquite Avenue, Needles, California 92363. Deliveries are to be made during daylight working hours and no later than 2:30pm pacific time. Deliveries are to be made from Monday through Friday, with the exception of observed holidays. DELIVERY DATE: 30 DAYS AFTER RECEIPT OF ORDER. Quotes are due no later than 4:00 p.m. (local time), March 24, 2009 and should be electronically submitted via e-mail to lisa_rodriguez@fws.gov or mailed to U.S. Fish and Wildlife Service (CGS) 500 Gold Ave., SW, Room 5108, P.O. Box 1306, Albuquerque, NM 87103 or faxed to 505-248-6791. Quotes shall include all applicable federal, state, and local taxes. The provision at FAR 52.212-01, Instructions to Offerors-Commercial Items, and FAR provision 52.212-02, Evaluation Commercial Items, are applicable to this acquisition, 52.212-03 Offeror Representations and Certifications - Commercial Items, the Clause at FAR 52.212-04, Contract Terms And Conditions-Commercial Items, and the Clause at FAR 52.212-05, Contract Terms and Conditions required to Implement Statues or Executive Orders-Commercial Items, FAR 52.232-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information, DIAR 1452.210-70 Brand Name or Equal, FAR 52.246-04 Inspection of Services-Fixed Price, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.237-3 Continuity of Services, FAR 52.246-20 Warranty of Services, FAR 52.246-25 Limitation of Liability - Services, and R2-036 Questionnaire of Bidder's Responsibility apply to this acquisition. Evaluation of Commercial Items: This is a "Best Value" procurement. The Government will award to the responsible offeror who conforms to the solicitation and is considered most advantageous to the Government, based on 1. Past performance; 2. Price, where past performance will be considered to be more important than price. FAR clauses can be accessed at the following websites: http://www.arnet.gov/far and http://www.doi.gov/pam/pamare. Vendors wishing to respond to this combined synopsis/RFQ should provide this office with the following: price quote with correct remittance address, and a completed copy of FAR Clause 52.212-03, Offeror Representations and Certifications-Commercial Items, and the attached questionaire filled out. CAUTION: This solicitation has been issued electronically as will any amendments thereto. Thus, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore incumbent upon any interested parties to obtain any amendments which may be issued. The Offeror agrees to hold the prices in the offer firm for 30 calendar days from the date specified for the receipt of offers. Contractors must be registered at the Central Contractor Registrations System (CCR) at http://www.ccr.gov to be considered eligible for award. R2-036 Questionaire of Bidder's ResponsibilityOfferor's Name, Address: Telephone #: ______________________________________________________ Facsimile #: ___________________________ ______________________________________________________ E-mail Address: _________________________________________________ Dun and Bradstreet (DUNS) #:_______________________________________(call 1-888-814-1435 or website "www.dnb.com/eupdate to obtain a number) How long in present business? ________________________________________________ Type of Organization:[ ] Individual [ ] Individual doing business as a Firm [ ] Partnership [ ] Joint Venture[ ] Corporation, Incorporated under the laws of the State of _________ [ ] Non~Profit Organization Names of Officers, Owners, or Partners:Owners or Partners: ________________________________________________President: _____________________ Vice President: ___________________Treasurer: _____________________ Secretary: _______________________ Individuals and their telephone numbers authorized to sign bids, offers, and contracts in your name:1. ________________________________________________________________2. ________________________________________________________________Financial Position: Net Worth: ____________________ Date: ________________Name, address. telephone number, account number, and point of contact for Financial Institutions that you do business with:________________________________________________________________________________________________________________________________________________Amount of money Available and set aside purchasing supplies and paying employees until first payment is received under this contract $____________________________________WORK PERFORMANCE:Current Projects of similar magnitude:Contact Person/Tel. # Type of Project $ Amount 1.________________________________________________________________________ 2. ________________________________________________________________________ 3. ________________________________________________________________________Past Projects completed during the past three years. (Preferably Government Type - (Federal, State, County):Contact Person/Tel. # Type of Project $ Amount1. ________________________________________________________________________ 2. ________________________________________________________________________ 3. ________________________________________________________________________
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4fcd51402b23652941dc3b638b41d35b&tab=core&_cview=1)
 
Place of Performance
Address: Needles, CA<br />
Zip Code: 92363<br />
 
Record
SN01758506-W 20090301/090227215525-4fcd51402b23652941dc3b638b41d35b (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.