Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

54 -- SnoTel Sheds - AG-8D43-S-11-0008

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Utah State Office, 125 South State Street, Room 4402, Salt Lake City, Utah, 84138-1100
 
ZIP Code
84138-1100
 
Solicitation Number
AG-8D43-S-11-0008
 
Archive Date
10/8/2011
 
Point of Contact
Shane L. Miller, Phone: 8015244592
 
E-Mail Address
shane.miller@ut.usda.gov
(shane.miller@ut.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
8' Foot White SnoTel Shed. Please see attached specification Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. Solicitation number AG-8D43-S-11-0008 applies and is as a Request for Quotation. This procurement is a Small Business Set-A-Side @ 100% and all responsible Small Business concerns may submit an offer. The North American Industry Classification System (NAICS) Code is 321992; and the Small Business Size Standard is 500 employees. USDA NRCS Utah Snow Survey, Salt Lake City, intends to procure SnoTel Sheds for the USDA NRCS Utah Snow Survey Salt Lake City, Utah. The Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract for items from an approved source under the authority of 10 U.S.C. 2304 (c) (1). The approved source is Amphenol (77820). The prospective offerors shall get traceability or certification information from the original equipment manufacturer (OEM). DELIVERY: The contractor must be able to deliver all units to the Snow Survey office located in Salt Lake City, UT. Shipping address: USDA / NRCS Utah Snow Survey Office 245 North Jimmy Doolittle Road Salt Lake City, Utah 84138 Invoice Address: USDA / NRCS Utah State Office Wallace F Bennett Building 125 South State Street Room 4010 Salt Lake City, Utah 84138 The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the lowest priced technically acceptable offer. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotations must be received no later than 8:00AM MST 23September 2011. Quotations must be in writing and may be emailed to shane.miller@ut.usda.gov Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Registration is free and can be completed on-line at http://www.ccr.gov. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1) company mailing and remittance addresses, 2) cage code, 3) Dun & Bradstreet number, 4) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Point of Contacts: Shane Miller, Contract Specialist, USDA NRCS Utah State Office Salt Lake City, 125 South State Street Room 4110 4th floor, Salt Lake City, UT. 84138. Telephone number:801-524-4592, Fax number:801-524-4403. Via e-mail: shane.miller@ut.usda.gov Clin: Qty Unit of Issue Unit Price Total Price 0001 15 8' foot Snow Shed Structures each $ $ The following FAR and DFAR provisions and clauses apply: CLAUSES INCORPORATED BY REFERENCE 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations and Certifications-Commercial Items JUN 2006 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.215-5 Facsimile Proposals OCT 1997 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.246-15 CERTIFICATE OF CONFORMANCE (APR 1984) 52.247-34 F.O.B. Destination NOV 1991 52.211-6 Brand Name or Equal AUG 1999 CLAUSES INCORPORATED BY FULL TEXT: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror 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: (1) Delivery, and (2) Price (Refer to FAR 15.304) (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -COMMERCIAL ITEMS (NOV 2006); the clauses apply; within FAR 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.219-9, Small Business Subcontracting Plan (SEP 2006) 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (APR 2002) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) 52.222-50, Combating Trafficking in Persons (AUG 2007) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008). 52.225-1, Buy American Act--Supplies (JUNE 2003) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.222-41, Service Contract Act of 1965 (NOV 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) 52.222-43, Fair Labor Standards Act and Service Contract Act (NOV 2006) 52.222-44, Fair Labor Standards Act and Service Contract (FEB 2002) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses http://acquisition.gov/comp/far/index.html 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). SUP 5252.243-9400 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: Name: Shane Miller Address: 125 South State Street Room 4010 Salt Lake City, Utah 84138 Telephone: (801)524-4592 STANDARD COMMERCIAL WARRANTY The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of \ / months. (Offeror is to insert number). PROHIBITED PACKING MATERIALS The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing materials for items with a MARK FOR indicating a ship as the final destination. An itemized packing slip shall be included with each shipment citing the order number. MARK FOR ADDRESS Vendors are required to include the Order Number as part of the shipping address. (Block 2 of DD1155 or SF1449) INVOICE NUMBER In accordance with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. FREEDOM OF INFORMATION ACT (FOIA) UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/UTSO/AG-8D43-S-11-0008/listing.html)
 
Place of Performance
Address: 245 N Jimmy Doolittle Road, Salt Lake City, Utah, 84116, United States
Zip Code: 84116
 
Record
SN02567401-W 20110910/110909000238-3fa578e6f55ea9ba6c962ab3f03da579 (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.