Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

56 -- Recycled Plastic Lumber

Notice Date
2/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - SACN Saint Croix National Scenic Riverway Headquarters Office401 North Hamilton Street St. Croix Falls WI 54024
 
ZIP Code
54024
 
Solicitation Number
Q6620100034
 
Response Due
2/26/2010
 
Archive Date
2/19/2011
 
Point of Contact
Tina Spengler Contract Specialist 7154832241 tina_spengler@nps.gov;
 
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 Small Business
 
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; quote are being requested and a written solicitation will not be issued. The National Park Service requires a fixed-price contract. The solicitation number for this project is Q6620100034. This solicitation is a Request for Quotes (RFQ).Location: Sleeping Bear Dunes National Lakeshore, Empire, Michigan 49630. This is in Leelanau County, Michigan. Description: Recycled Plastic Lumber Materials. Boards are to be made of 80% recycled plastic and 20% fiberglass, Structural Grade. Color: Mink. Size and Quantity : (CLIN 0001) 100 each - 2inch X 8inch X 12foot boards; (CLIN 0002) 100 each - 2inch X 8inch X 18foot boards; (CLIN 0003) 100 each - 2inch X 4inch X 12foot boards; (CLIN 0004) 200 each - 5/4inch X 6inch X 12foot boards. The NAICS code for this project is 423310, Size Standard in number of employees is 100. This is 100% set aside for Small Business Concerns. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-25, dated April 22,2008, and are subject to the provisions of the Federal Acquisition Regulations (FAR) Part 13. The provision at 52.212-2, Evaluation - Commercial Items is not part of this solicitation. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial items, must be provided with any offer. The clause at FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I, applies to this acquisition. The clause at FAR 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial items, applies to this acquisition with no addenda. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition to include the following: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-1, Buy American Act; 52.232-30, Installment Payments for Commercial Items; 52.232-33, Payment by Electronic Funds Transfer Central Contracting Registration. The clause at FAR 52.225-13, Restrictions on Certain Foreign Purchase, applies to this acquisition. The clause at FAR 52.233-4, Applicable Law for Breach of Contract Claim applies to this acquisition. The point of contact for this solicitation is Tina Spengler, Contract Specialist, National Park Service, tina_spengler@nps.gov, phone: 715-483-2241. All responsible quotes, received by February 26, 2010, 1:00pm CST will be considered. Mail quotes to: MWR Major Acquisition Buying Office ATTN: TINA SPENGLER 401 N. Hamilton St. St. Croix Falls, WI 54024Facsimile offers will be accepted at (715)483-3288. The Government reserves the right to cancel this solicitation. Vendors must be register on the Central Contractors Registration (CCR) at http://www.ccr.gov and the Online Representation and Certification Application (ORCA) at http://www.orca.bpn.gov to be eligible to receive a federal contract. End of Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q6620100034/listing.html)
 
Place of Performance
Address: Sleeping Bear Dunes National Lakeshore, Empire, Michigan 49630. Leelanau County, Michigan.
Zip Code: 49630
 
Record
SN02069508-W 20100221/100219235015-bf76652549cadb2a2f7e939d8965bea4 (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.