Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
MODIFICATION

56 -- RECOVERY- SJNF Pavers - Amendment 1

Notice Date
5/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
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-10-0406
 
Archive Date
6/8/2010
 
Point of Contact
Tess M. Foster, Phone: 3032755860
 
E-Mail Address
tmfoster@fs.fed.us
(tmfoster@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised SF 18 SF 30 Amendment 1: The purpose of this amendment is to modify the title from "SJNF Pavers" to the correct "RECOVERY - SJNF Pavers" as this is project is funded with recovery funds. Amendment 2: The purpose of this amendment is to correct the SF 18. Please see the attached SF 30 and revised SF 18 for details regarding this change. Solicitation: AG-82B1-S-10-0406 Agency/Office: Forest Service Location: EROC Intermountain Title: RECOVERY-SJNF Pavers RECOVERY- (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 Quotation (RFQ). Submit written proposals on RFQ Number AG-82B1-S-10-0406. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 423320 Brick, Stone, and Related Construction Material Merchant Wholesalers The small business size standard is 100 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: See the attachment titled “Schedule” for a detailed list of items. (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: RECOVERY: Supply and delivery porous pavers to two (2) locations within the San Juan Public Lands. Please see the attached document titled “Specifications” for more information. (VII) Date(s) and place(s) of delivery and acceptance: (a) FOB destination: Dolores Public Lands Office, 29211 Highway 184, Dolores, Co & Columbine Ranger District Vallecito Workcenter, 17844 County Road 501, Vallecito, Co. (b) Delivery date desired: 15 June 2010 (VIII)FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) Evaluation Criteria: Lowest price technically acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest price technically acceptable. Contract award: 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. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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) applies to this acquisition. The following clauses under subparagraph (b) apply:2, 3, 4,8i, 19, 20, 21, 22, 23,24 and 25. The following clauses under subparagraph (c) apply: 1 The resulting contract will utilize funds provided by the American Recovery and Reinvestment Act (ARRA) of 2009. Interested parties are notified that the inclusion of unique provisions required in implementing the Act, including those for significant reporting and transparency, will be required of the successful proposal. (XIII) The following additional clauses are also applicable to this acquisition: 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders – Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.222-21; 52-222-26, 52.222-35; 52.222-26, 27, 38, 52.225-13, 52.232-18, 52.232-33. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. This provision may be obtained at http://www.arnet.gov/far. IT IS REQUIRED THAT ALL CONTRACTOR’S BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE PRIOR TO AWARD UNDER THIS SOLICITATION. SEE CLAUSE FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION FOR DETAILS ON HOW TO APPLY. ALL SOLICITATIONS SHALL BE ISSUED THROUGH FEDBIZOPS. NO PAPER SOLICITATIONS SHALL BE ISSUED. IT IS THE OFFERORS RESPONSIBILITY TO WATCH FOR ANY AND ALL AMENDMENTS TO THE SOLICITATION, WHICH SHALL BE ISSUED ELECTRONICALLY THROUGH FEDBIZOPS (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 2:00 P.M. MT on May 24, 2010. All quotes must be mailed to USDA Forest Service - Intermountain EROC, Attn: Tess M. Foster, 740 Simms St. Lakewood, CO 80401. Proposals may be on the Offerors letterhead and must state the solicitation number (AG-82B1-S-10-0406) on the cover page. 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 Tess M. Foster at tmfoster@fs.fed.us at least 5 days before this RFQ closes (24 May 2010). Primary Point of Contact.: Tess M. Foster Contracting Office Address: 740 Simms Street Intermountain EROC Golden, Colorado 80401 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa9c8cf9bc514361a3531db9edeb5d38)
 
Place of Performance
Address: FOB destination: Dolores Public Lands Office, 29211 Highway 184, Dolores, Co & Columbine Ranger District Vallecito Workcenter, 17844 County Road 501, Vallecito, Co., United States
 
Record
SN02154381-W 20100521/100519235131-fa9c8cf9bc514361a3531db9edeb5d38 (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.