Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

54 -- Prefabricated Cedar Log Cabin Kit - Cabin Drawings

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Forest Service - R-10 Chugach National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0120-S-10-0009
 
Point of Contact
Denise M. Murphy, Phone: 907-743-9531, Bette E Welch, Phone: 9077439566
 
E-Mail Address
denisemurphy@fs.fed.us, bewelch@fs.fed.us
(denisemurphy@fs.fed.us, bewelch@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Sheet three of three showing cabin layout. Sheet two of three showing cabin layout. Sheet one of three showing cabin layout. 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, combined with the attached drawings (three pages), constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-0120-S-10-0009 and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This is a small business set-aside with an associated NAICS code of 321992 and small business size standard of 500 employees. The following are this solicitation’s list of contract line item number(s) and items, quantities and units of measure: 0001 – One (1) each, complete prefabricated cedar log cabin kit, brand name or equal to Pan Abode (replacement for Trout Lake Cabin) 0002 – Shipping/handling to (see description for special packaging requirements) Seward Ranger District, Kenai Lake Work Center, 29847 Seward Highway, Seward AK 99664. Description of requirements for the item to be acquired 1. Classic cedar timber Solid/Air dried 3”x 6”, (brand name or equal to Pan Abode) 2. Custom 15’x 17’ - 255 square feet 3. Foundation: three (3) - Girders 4” x 10” x 18’ 4. Floor system: Joist 2”x 8” – 16” OC & Ύ” T & G plywood (sub-floor decking) 5. Full Loft floor: 2x6 Tongue & Groove, Spruce/Pine/Fur (T&G SPF) with ½” plywood deck 6. Door: one (1) - Wooden, 2 Panel with top-light passage latch (center of front wall, see drawing) 7. Solid rear wall 8. Windows: eight (8) – Wooden, Clear Fir, Glazing, Double Pane, eight (8) windows 36” off floor & stairway landing. One (1) window in rear side corner above stairway landing 36” off landing deck, and two (2) loft windows with one (1) egress window in rear side of cabin both also 36” off floor. (see drawing) 9. Interior Trim: Clear Cedar 10. Exterior Trim: Clear Cedar, Barge and Fascia 11. Roof System: two (2) - Gluelam Beams 3 1/8” x 13 ½” x 24’ doubled @ ridge only 12. Interior ceiling finish: 3”x 6” kiln dried T&G SPF - with ½” plywood decking in loft 13. Roof cavity, exterior frame 2”x 4” material 16” OC 14. Roof insulation: Rigid foam 2” x 4’x 8’ 15. Roof sheeting: ½” CDX plywood 16. Grace Ice & Water for roof sheeting 17. Metal roofing: Classic Brown 18. Decking 2”x 6” brown treated wood – 156 Square Ft. 19. Provide Deck Hardware package 20. Cedar Railing for front deck 21. Exterior stairs: six (6) step x 8’ wide with 2”x 6” brown treated decking material 22. Interior stairs and Landing should meet minimum standards to meet safety code. 23. Complete structural drawing with Engineer stamp is required. 24. Complete installation and construction manual is required. 25. Wind Load: 80 MPH, exposure B 26. Seismic Zone Three (3) 27. Snow load: 40 lbs per square ft 28. Floor Load: 40 lbs per sq ft 29. Shipping: Package material in 1,000 lb - 1,500 lb or less bundles – 1,500 lb is the maximum weight per bundle. NOTE: Disregard skylight on sheet one (1) of the drawings – The Forest Service does not want skylights. A window was added on the wall to mitigate the situation. The requested date for delivery is 60 days after receipt of order. If this is not a reasonable amount of lead time, contractor should provide lead time information in their response. The Forest Service will accept shipment earlier. Shipping terms are FOB Destination. The provision 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition and there are no addenda to the provision. 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: i.) Technical capability of item offered to meet the Government’s requirement; ii) Past Performance, iii) price. Technical and past performance, when combined, are significantly more important than price. 452.211-70 Brand Name or Equal. (NOV 1996) (As used in this provision, the term "brand name" includes identification of products by make and model.) (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be inserted in the space provided in the solicitation. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to (i) determine whether the product offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. (End of Provision) 452.211-71 Equal Products Offered. (NOV 1996)(a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Contract Line Item Number (if any): 0001 Brand Name or Equal Product identified by the Government in this solicitation: Pan Abode Offered Product Name: ________________________________________________________ Catalog Description or part number:___________________________________________________ Manufacturer's Name:________________________________________ Manufacturer's Address:___________________________________________________________________ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. All offerors must provide a completed copy of “52.212-3, Offeror Representations and Certifications – Commercial Items”. The provision may be found and printed from www.arnet.gov/far/. FAR Clause “52.212-4, Contract Terms and Conditions – Commercial Items” applies to this acquisition and addenda have not been added to this clause. FAR Clause “52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items” (FEB 2010) and the following clauses were selected as applicable to the acquisition (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009)(22U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (3) 52-233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) (i)52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L.108-77, 108-78, 108-286, 108-32, 109-53, 109-169, 109-283, and 110-138). (ii) Alternate I (Jan 2004) of 52.225-3. (33) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s., proclamation and statutes administered by Office of Foreign Assets Control for the Department of Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). 0 (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: no clauses selected under (c) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008)(Pub.L.110-252, Title VI Chapter 1 (41 U.S.C. 251 Note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)). 0 Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007)(41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. The date, time when quotes are due is 16 March 2010, by 2 pm Alaska Time. Mail or hand-deliver to US Forest Service, Chugach NF, 3301 C Street Suite 300, Anchorage AK 99503. Emailed quotes are authorized and must be submitted by 15 March 2010, 5 pm Alaska time to denisemurphy@fs.fed.us. Faxed quotes are authorized and must be submitted by 15 March 2010, by 5pm Alaska time to 907-743-9492. (In accordance with FAR 52.212-1, electronically submitted quotes must be submitted by 5pm one working day prior to the date specified for receipt of quotes.) Contact Denise Murphy for information regarding this solicitation at denisemurphy@fs.fed.us or telephone number 907-743-9531. Vendors must be registered in Central Contractor Registration (CCR) database to be eligible for award. To register your firm in the CCR system, go to: http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Vendor shall also register in the Online Representations and Certifications Application (ORCA). To register your firm in the ORCA system, go to: http://www.bpn.gov. Interested parties are encouraged to register on the Federal Business Opportunities website. By registering to receive notification on posted synopses, vendors will be automatically be notified of any changes to the project. To register, select Register to Receive Notification and follow the steps. Interested Vendors List (IVL): Access the IVL for all projects through the FedBizOpps website. To register as an interested vendor, select Register as an Interested Vendor and follow the steps. Use the Register as Interested Vendor option to add your company name to the IVL and then view or print the IVL by selecting View List of Interested Vendors for each project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/120/AG-0120-S-10-0009/listing.html)
 
Place of Performance
Address: 29847 Seward Highway, Seward, Alaska, 99664, United States
Zip Code: 99664
 
Record
SN02079950-W 20100304/100302234423-44531b90bc5131e83c29d33e26d0995e (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.