Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOLICITATION NOTICE

99 -- **RECOVERY** - Lolo Route Marker Installation, Lolo NF - Solicitation Documents

Notice Date
3/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82B1-S-10-0269
 
Archive Date
4/29/2010
 
Point of Contact
Paul Pierson, , douglas lee, Phone: 8014515180
 
E-Mail Address
paulpierson@fs.fed.us, douglasblee@fs.fed.us
(paulpierson@fs.fed.us, douglasblee@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Item B Sign Schedule Bid Item A Sign Schedule Specifications (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFQ Number AG-82B1-S-10-0269. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 339950, Sign Manufacturing. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: Lolo Route Marker Installation Bid Item ARemove, Supply and Install Route Marker: Seeley Lake, Missoula, and Ninemile Ranger DistrictsEach721 Bid Item BRemove, Supply and Install Route Marker: Superior and Plains/Thompson Falls DistrictsEach714 (VI) Detailed description of requirements is included in attached statement of work and exhibits. The following is a general description of the services to be performed: This work consists of supplying and installing route markers across the Lolo National Forest and removing and disposing of existing markers. Work includes all labor, materials and equipment, including the sign panels, posts and hardware, and travel to the installation sites. Sign manufacture and installation shall be in accordance with the Sign and Poster Guidelines for the Forest Service EM 7100-15. (VII) Date(s) and place(s) of delivery and acceptance: (a) Project Location. The Route Markers installation sites are located on the Missoula, Ninemile, Plains/Thompson Falls, Seeley Lake and Superior Ranger Districts of the Lolo National Forest. (b) Start Work. It is estimated that work will begin on or about April 28, 2010. (c) Period of Performance. Work shall be completed in 185 days. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. See Addendum for additional instructions. (IX) Offers will be evaluated on their past performance, their technical capability to successfully complete this project, and the price quoted. (a)The Government will award the contract to the offeror(s) who (a) asserts to the terms of the RFP, and (b) has the best combination of experience, past performance, and price. Experience is a matter of the number of opportunities an offeror has had to do similar work and to encounter the kinds of problems that the Contractor is likely to encounter in the performance of this contract. Past performance is a matter of an offeror’s reputation for integrity and customer satisfaction. Quality control and the understanding of the work is a matter of the offeror’s familiarity with the nature of the work and with the kinds of problems the Contractor is likely to encounter during performance. Award(s) may be made without further discussions. Proposals should be submitted initially on the most favorable terms, from a technical and cost standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of the proposals, conduct further oral or written discussions as appropriate with all offerors whose proposals are within the competitive range. (b)Offer of award will be made to the Quoter whose quote, as determined by the Contracting Officer, provides the best value to the Government, considering but not limited to, such factors as price, past performance, and capability to accomplish this type of work. When combined, past performance and technical factors are equal to price. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), with its quote or complete the Representations and Certifications on line at HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2009), Alternate I applies to this acquisition. The following clauses under subparagraph (b) apply:2, 3, 4,8i, 19, 20, 21, 22, 23,24,25,30 and 38. The following clauses under subparagraph (c) apply: 1 This solicitation is issued under the American Recovery and Reinvestment Act and all requirements of the Act apply. The appropriate clauses are included under subparagraph (b) above. (XIII) The following clauses are also applicable to this acquisition: None (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MT on April 14, 2010. All quotes must be mailed or e-mailed to the attention of Paul Pierson. The email address is paulpierson@fs.fed.us. Hardcopy proposals may be sent to USDA Forest Service - Intermountain EROC, 740 Simms St. Lakewood, CO 80401. Proposals may be on the Offerors letterhead and must state the solicitation number (AG-82B1-S-10-0269) on the cover page and in the subject line of e-mails (FAILURE TO PROVIDE THE SOLICITATION NUMBER IN THE SUBJECT LINE OF ANY E-MAILED OFFERS MAY RESULT IN YOUR OFFER NOT BEING CONSIDERED. FAXED OFFERS WILL NOT BE ACCEPTED). Be sure to include the information requested in (VIII) above as well as the information provided in the addendum with your proposal. (XVI) Any questions regarding this solicitation should be directed to Paul Pierson at paulpierson@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/29b46e07d453d39b5dc4293c6ba5fee8)
 
Place of Performance
Address: Lolo National Forest, Montana, United States
 
Record
SN02095172-W 20100319/100317235202-29b46e07d453d39b5dc4293c6ba5fee8 (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.