Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

99 -- Customized Holder Cup Spring Clip - RFQ_No_446821 Specification

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332612 — Spring (Light Gauge) Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Southern California Province, 701 N. Santa Anita Ave., Arcadia, California, 91006, United States
 
ZIP Code
91006
 
Solicitation Number
RFQ_No_446821
 
Point of Contact
Matthew Anderson, Phone: 626-574-5283, Kathleen Carvajal, Phone: 6265745337
 
E-Mail Address
mlanderson@fs.fed.us, kcarvajal@fs.fed.us
(mlanderson@fs.fed.us, kcarvajal@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ_No_446821 Specification 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; proposals are being requested and a written solicitation will not be issued. Solicitation is issued for Request for Quotations (RFQ) #446821. This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-44. Date of delivery is 45 days after receipt of order. FOB point is SAN DIMAS TECHNOLOGY AND DEVELOPMENT CENTER, 444 E Bonita Avenue, San Dimas, California 91773-3101. Offers are due to the US Forest Service, Southern California Province Acquisition Office, 701 N. Santa Anita Ave, Arcadia, CA 91006 not later than 4:00 PM Pacific Standard Time on 10 September 2010 and may be e-mailed to kcarvajal@fs.fed.us. This procurement is set-aside 100% for Small Businesses. The NAICS Code is 332612 with a size standard of 500 (No. of Employees). Requirement is to procure CUSTOMIZED HOLDER CUP SPRING CLIP, to include submit either a sample of offered product that meets the requirements identified in technical specification of sufficient quality and detail. All questions are due via E-mail to kcarvajal@fs.fed.us not later than 4:00 PM Pacific Standard Time on 31 August 2010. Questions will not be accepted after this time. The following are general specifications for the work to be accomplished: Please see attached Technical Specification for more information. EVALUATION: The Government will award a contract based on technicall, past performance and price. Please see the attached Statement of Work for full evaluation details. All offerors are required submit past performance data from AT LEAST 5 BUT of their most recent past performance data from Federal, State and Local Government and private industry contracts from the past three (3) years. Failure to do so will result in offeror being disqualified. The following clauses and provisions are incorporated in this synopsis/solicitation by reference and can be found on http://farsite.hill.af.mil. Provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This award will be made on the basis of lowest cost, technically acceptable. Include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items, with this offer. Clause at 52.212-4, contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses are cited: FAR 52.203-3, Gratuities; FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.207-4, Economic Purchase Quantity-Supplies; FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations On Subcontracting; FAR 52.222-3, Convict Labor, Clause at FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans; FAR 52.227-1, Authorization and Consent; FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.233-3 Protest After Award; Additional Contract Terms & Conditions applicable to this procurement are: Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.ccr.dlsc.dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91T5/RFQ_No_446821/listing.html)
 
Place of Performance
Address: San Dimas Technology and Development Center, 444 E Bonita Avenue, San Dimas, California, 91773-3101, United States
Zip Code: 91773-3101
 
Record
SN02261234-W 20100902/100831235029-c85346e496e259319e02632d52a55500 (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.