Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

99 -- Humoldt-Toiyabe Signs and Decals - SF 1449

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Center, 1249 S. Vinnell Way, SUITE 200, Boise,, Idaho, 83709, United States
 
ZIP Code
83709
 
Solicitation Number
AG-0261-S-11-0109
 
Archive Date
10/3/2011
 
Point of Contact
Tanya Spanfellner,
 
E-Mail Address
tspanfellner@fs.fed.us
(tspanfellner@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule of Items 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 AG-0261-S-11-0109 is issued as a Request for Quote (RFQ) for the purchase of 72 Inch Long DUAL- Fiberglass Reinforced Polyester Markers, individual Letters and Number Decals, and the US Flag Decal. 45 days for delivery after award. Deliver to Humboldt-Toiyabe National Forest 1200 Franklin Way, Sparks, NV 89431. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far or http://farsite.hill.af.mil. This is a small business set aside for NAICS code 339950 with a size standard of 500 employees. See attached statement of work. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government intends to award to the responsible offerors whose offers conforming to the solicitation that will be the most advantageous to the Government based upon LOWEST PRICED TECHNICALLY ACCEPTABLE. PAST PERFORMANCE WILL BE EVALUATED AS PART OF THE TECHNICAL ACCEPTABILITY. Technical and past performance when combined will be equal to price. Award may be made without further negotiations. Proposals should be submitted initially on the most favorable terms, from a price and technical standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of proposals, conduct further oral or written discussions as appropriate, with all offerors whose proposals are within a competitive range. Far 52.212-3 Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clauses that are applicable to this acquisition are: 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-3, 52.222-36, 52.223-18, 52.225-4 Alternate I, 52.225-13, 52.232-33, 52.222-20, Walsh-Healey Public Contract Act (Oct 2010) 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Sep 2010) Offers are due back 12 September 2011 by 1300hrs MT. At a minimum, offerors shall submit the following documents back with their response to this solicitation: SF-1449, blocks 30a-30c (complete, date and sign) Fill out the pricing schedule for all items. (Complete Unit Prices and Total) Provide TIN and DUNS Number Representations and Certifications (See FAR 52.212-3 above) Past Performance Sheet Offers can be: Emailed to: tspanfellner@fs.fed.us or Faxed to (208) 373-4197 or Mailed to: Tanya Spanfellner (S-11-0109) 1249 S. Vinnell Way, Suite 200 Boise, ID 83709-1663 Offerors can contact me at (208) 373-4130 or tspanfellner@fs.fed.us for any questions related to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/261/AG-0261-S-11-0109/listing.html)
 
Place of Performance
Address: Sparks, Nevada, 89431, United States
Zip Code: 89431
 
Record
SN02565286-W 20110909/110907235401-730fee2ee754d032347d6478c06b9122 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.