Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

87 -- Timothy Hay, Grade II US, string tied

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3960090100
 
Response Due
6/9/2009
 
Archive Date
5/20/2010
 
Point of Contact
Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Combined Synopsis/SolicitationThis is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation 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. Solicitation No. Q3960090100 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 424910; the size standard is less than 100 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. This procurement is a commercial item. The estimated magnitude of this procurement is between $175,000.00 and $225,000.00 ($35,000.00 to $45,000.00 annually). In accordance with Federal Acquisition Regulation Chapter 19.1305, the Government shall set-aside all procurements with a dollar threshold over $100,000 to be set-aside for HUBZone, small business concerns. This procurement is 100-percent set-aside for HUBZone, small business concerns. To confirm if your firm is in a HUBZone area, search the web at https://eweb1.sba.gov/hubzone/internet. Look for the link "Are you in HUBZone". Then look for the entry of "To Determine if an Address is Located in a HUBZone". Type your address. If your company is located in a HUBZone area, you must certify your company with the Small Business Administration. Your company's name must be included on the Small Business Administration's listing to be considered as a HUBZone small business for your quote to be evaluated under the small business HUBZone set-aside.However, if this office does not receive any acceptable quotes from qualified HUBZone, small business concerns, the set-aside will roll over to a 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having the size standard of less than 100 employees. Both HUBZone, small business concerns and Small businesses are encouraged to offer a quote. If this office does not receive any acceptable quotes from qualified small business concerns or HUBZone small business concerns then Large businesses are encouraged to offer a quote. Hay Q3960090100Fixed Price - Indefinite-Delivery/Requirements Contract A. RequirementThe work of this project shall consist of providing all equipment, labor, materials and supplies needed to deliver Timothy Hay, Grade II US, string tied to 5 locations in the Washington, D.C. area. B. DeliveryProvide approximately 12 deliveries a year to five (5) separate stables located in the Greater Washington, DC Area. Each delivery will total approximately 20-25,000 lbs. per delivery to the designated stable. Oral delivery orders are authorized. The Contracting Officer's Representative, who is the person authorized to issue delivery orders, will identified after contract award. There is no limit on the number of orders that may be issued during the contract period.All deliveries are to be made Monday through Friday between the hours of 6:00 a.m. and 2:00 p.m., holidays excluded. The contractor will notify the Contracting Officer's Representative in advance of deliveries and advise the location and approximate time of delivery.Hay will be delivered in 50 pound hay bales (approximately 45 hay bales = 1 ton of hay, depending on moisture content) by the truckload to the locations designated within three business days after receipt of order. Contractor shall unload and place delivered supplies as designated within each destination. Hay must be stacked in hay lofts and storage areas, with older hay rotated to provide access for immediate use. Contractor shall stack the hay in hay lofts (storage areas). Contractor shall remove and supply replacement for molded hay. C. LocationsEach of the five (5) stables are located within the National Park System both within the District of Columbia and in Alexandria, VA. These areas are accessible by restricted federal highways. Drivers must be knowledgeable of the roadways and applicable restrictions. Edgewater Stables - Two Hay Lofts 3 Beach Drive - Intersection of Rock Creek Parkway & Calvert Street, NWWashington, DC Central Stables (H-1) - Ground Level Hay LoftIndependence Ave. (Side of the reflecting pool)Between 23rd and 17th Street, SWWashington, DC Fort DuPont Stables (H-5) - Split Hay Loft3600 F Street, SE (Entrance off Minnesota Ave into Ft. DuPont Park)Washington, DC Fort Hunt Stables (H-2) - One Hay LoftGeorge Washington Memorial ParkwayAlexandria, VA Rock Creek Stables (H-3) - One Hay Loft5801 Oregon Ave @ North Hampton Street NWWashington, DC Each stable is of a different architectural style which may require the contractor to provide an elevator apparatus to access the hay loft. D. InspectionFinal inspection for inspection will be made at delivery sites in accordance with inspection clause FAR 52.212-4 Contract Terms and Conditions-Commercial Items.The government shall have up to seven (7) days to perform a final inspection upon delivery of the items to the site. E. Request for Quote Note: Contractor shall place a price for all line items to be considered responsive. Per Ton Unit PriceEstimated Quantity TonsTotal PriceBase Year (Date of Award - One Year from Date of Award) $________ 125* $________Option Year 1 (12 months) $________ 125* $________ Option Year 2 (12 months) $________ 125* $________ Option Year 3 (12 months) $________ 125* $________ Option Year 4 (12 months) $________ 125* $________Total of Base Year and All Option Years$__________*Quantity of materials is estimated and not binding on the Government. Contractor shall be paid actual quantity ordered and approved by the Contracting Officer.The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.203-6, ALT 1, Restrictions on Subcontractor Sales to the Government, 52.219-3, Notice of Total HUBZone Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.225-5, Trade Agreements, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include (1) specifications literature for items being offered (2) Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items. All offers must place a price for all line items to be considered responsive. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of contract, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 10:00 am EST June 9, 2009 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6394.All responsible sources may submit a quote which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3960090100/listing.html)
 
Place of Performance
Address: Various locations around Washington, D.C. Metro area<br />
Zip Code: 202420001<br />
 
Record
SN01824187-W 20090522/090521005659-bf49b300e8fe7d627f89b99ab0e0b95d (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.