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

42 -- R5 Type III Emergency Incident Sign Kits

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, North Zone, Lease Contracting, 3644 Avtech Parkway, Redding, California, 96002
 
ZIP Code
96002
 
Solicitation Number
AG-9A73-S-11-0011
 
Archive Date
10/8/2011
 
Point of Contact
JEANNIE E VAUGHN, Phone: 530-226-2702, Rebecca Bowles, Phone: 530-226-2703
 
E-Mail Address
jvaughn@fs.fed.us, rbowles@fs.fed.us
(jvaughn@fs.fed.us, rbowles@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12.6 as supplemented with additional information in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 dated August 4, 2011. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-9A73-S-11-0011 and this is being issued as a Request for Quotation (RFQ). Submit written offers only; oral offers will not be accepted. All firms or individuals submitting quotes must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. Information concerning CCR registration requirements can be viewed via the Internet at http://www.ccr.gov. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) is 339950 and the small business size standard is 500 Employees. All items shall be delivered FOB DESTINATION. Delivery may be requested at two separate locations with a portion of the order being shipped to Ontario California - Zip Code 91761 and a portion of the order being shipped to Redding, California - Zip Code 96002. Delivery Time is 30-45 Days After Receipt of Order. The U.S. Forest Service, Pacific Southwest Region, Fire and Aviation Management has a requirement to procure Incident Signs to be used as part of a Type III Emergency Sign Kit. NOTE: Each Kit will consist of the following: CLIN 001 - Fire Activity Ahead - 36" Diamond Pink Refelctive Sign - 2 per Kit CLIN 002 - Fire Traffic Entering Road - 36" Diamond Pink Reflective Sign - 2 per Kit CLIN 003 - Heli-Base - 36" Square - Pink Reflective Sign - 1 per Kit CLIN 004 - Staging Area - 36" Square Pink Reflective Sign - 1 per Kit CLIN 005 - Fire Camp - 36" Square - Pink Sign - 1 per Kit CLIN 006 - End Fire Activity - 48" x 24" Square Pink Relective Sign - 2 per Kit CLIN 007 - Incident Base - 36" Square - Pink Reflective Sign - 2 per Kit CLIN 008 - Each - Parking Area - 36" Square - Pink Reflective Sign - 1 Per Kit All signs are 36" with the exception of the sign that reads "End Fire Activity". Each Kit will include Overlay Patches as specified below as part of the kit. NOTE QUANTIES BELOW ARE PER KIT: CLIN 009 - Arrow Symbols - 12 Each per Kit CLIN 010 - Emergency - 4 Each per Kit CLIN 012 - Blank - 12 Each per Kit Sign Mount Stands - Aluminum - Per kit CLIN 013 - Mount Stands - Aluminum (No Spring) - 12 Per Kit The face of the sign is to be constructed of Super Bright Reflective materials as recommended by the FHWA and NFPA for use at emergency scenes. Color of the signs are flourescent pink. The signs requested in this solicitation must comply with the MUTCD (Manual on Uniform Traffic Control Devices) standards. The stand portion of the sign is to be constructed of powder-coated steel and aircraft quality aluminum. Stand must have a center locking hub that will provide stability and secure support to the sign during windy conditions, vehicle impact force and set-up on uneven terrain. Stand to have 22 inch legs that telescope to 38 inches. Stand must be MUTCD approved. Please provide pricing per each Sign, Overlay Patch and Stand - Submit pricing on Company letterhead with the unit price for each Contract Line item number (CLIN). The unit price for each CLIN shall be inclusive of freight, handling, with no sales tax. The Federal Government is exempt from sales tax. The following provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) FAR 52.212-2 Evaluation Commercial Items - (JAN 1999) - The following addenda is provided to the provision: The Government will award a firm-fixed price contract to the responsible quoter based on the following: Price; 2. Specifications of items meeting or exceeding the requirements above; 3. Past performance of contractor as it relates to delivering items in specified timeframe and quality of products delivered. The Government reserves the right to award to the quoter providing the best value to the Government. Award may not necessarily be made to the quoter submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible quoter whose offer conforms to the solicitation and is the most advantageous to the Government. The Government intends to evaluate offers and award a contract without discussions with quoter's. Therefore, the quoter's initial offer should contain the quoter'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 and all offers if such action is in the public interest, accept other than the lowest offer; and waive informality's and minor irregularities in offers received. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JAN 2011). 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. This clause can be downloaded from the following website. http://www/arnet.gov/far. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011); The following FAR clauses are applicable as listed in 52.212-5: FAR 52.203- 6 Restrictions on Sub-Contractor Sales to the Government Alt. I (OCT 1995) FAR 52.219-6 Notice of Small Business Set-Aside (JUN 2003) FAR 52.219-1 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (JUN 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.225-25 Prohibition on Engaging in Sanctioned activities relating to Iran-Certification (SEP 2010) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) FAR 52.233-4 Applicable Law for Contract Breach of Claim (OCT 2004) It is the firm or individuals responsibility to be familiar with applicable Provisions and Clauses. All Federal Acquisition Regulation Provisions and Clauses can be viewed in full text via the Internet at www.http://arnet.gov/far. Any questions in regards to this solicitation are due via e-mail to jvaughn@fs.fed.us no later than 4:00 PM Pacific Standard Time on 14 September 2011, Questions will not be accepted after this time. Vendors wishing to respond to this RFQ should provide this office with the following: A price for each CLIN, delivery time after receipt of contract; payment terms; correct remittance address; DUNS Number; Tax ID number; and documentation/Information such as descriptive literature that describes the product in adequate detail to allow the Government to determine if the items you are proposing meet the government requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JHA/AG-9A73-S-11-0011/listing.html)
 
Place of Performance
Address: USDA, Forest Service, Northern California Service Center, 6101 Airport Road, Redding, California, 96002, United States
Zip Code: 96002
 
Record
SN02568751-W 20110910/110909001844-7c4fb299dd3fe4e806352b5b54caa05f (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.