Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOLICITATION NOTICE

56 -- Fencing Material for Black Rock Aspen Restoration

Notice Date
3/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Pacific Southwest Northern Area, Lease Contracting, 3644 Avtech Parkway, Redding, California, 96002, United States
 
ZIP Code
96002
 
Solicitation Number
AG-9A73-S-15-0002
 
Archive Date
4/25/2015
 
Point of Contact
JEANNIE E VAUGHN, Phone: 530-226-2702
 
E-Mail Address
jvaughn@fs.fed.us
(jvaughn@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
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-9A73-S-15-0002 is issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. This solicitation is a total Small Business Set-aside and the associated NAICS code is 332510 and the size standard is 500 employees. There are eight contract line items (CLIN). The government intends to make a firm fixed price single award from this solicitation. CLIN 0001 - 2" x 2" Wood Posts (Utility Grade) - 1300 Each CLIN 0002 - 5.5 ft. T-posts, no clips - 1300 Each CLIN 0003 - 8 ft. T-posts, no clips - 300 Each CLIN 0004 - Non-galvanized nails, 70d - 150 lbs. CLIN 0005 - Barb Wire, 12 gauge/ 4-point/ 5-inch spacing - 74,000 feet CLIN 0006 - Barbless Wire, 12 gauge - 37,000 feet CLIN 0007 - Non-climb, Deer and Orchard Fence, 48" high; monarch knots at joints; 11 gauge wire at top and bottom layers, 14.5 all other parts in between: in 165' rolls - 85 rolls. CLIN 0008 - Non-Climb, Deer and Orchard Fence, 72" high; monarch knots at joints, 11 gauge wire at top and bottom layers, 14.5 all other parts in between; in 165' rolls - 55 rolls. The purpose of the proposed contract is to deliver fencing materials for the Black Rock Aspen Restoration Project. Prices are to be FOB Destination. The estimated delivery time is April 15 - May 30, 2015 and order is to be delivered FOB Destination to: Mt. Hebron Work Center, Old State Hwy (Meiss Lake Rd) at Sacramento Avenue in Macdoel/Mt. Hebron, CA 96058-9747. Lat/Log 41.784037, -122.004193. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The provision at 52.212-2, Evlauation-Commercial Items is applicable. Offerors shall be registered in the System for Award Management (SAM) and complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. If an exception to a size standard for this project is applicable please submit paragraph (b)(2) from the above provision with your quote. The provision at AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction -Alternate 1 (FEB 2012) (Alt 1) is applicable to this solicitation and any resulting contract. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. At a minimum, the response to this solicitation shall include: (1) Solicitation Number (2) Name and address of offeror on company business letterhead (3) Address quote to: USDA, Forest Service, Attn: Jeannie Vaughn, 6101 Airport Road, Redding, CA 96002, or email quote to: jvaughn@fs.fed.us. (4) Delivery time upon receipt of an order. (5) DUN AND BRADSTREET NUMBER to verify System for Award Management(SAM). Award will not be made to a vendor not registered in SAM. www.sam.gov (6) Acknowledgement of any Solicitation Amendments. (7) Address Evaluation Criteria Offers are due Friday, April 10, 2015 at 2:00 p.m. Pacific Daylight time. Questions about the solicitation should be directed to Jeannie Vaughn, 530-226-2702. Questions about the technical specifications should be addressed to Debra Freeling, 530-398-5754. 52.212-2--Evaluation--Commercial Items (OCT 2014) (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: -Price -Ability to meet the required delivery time -Past Performances (references) Ability to meet the Government's required delivery time and Past Performance, when combined are equal. Complete the following representation: AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. (DEVIATION 2012-01) (FEB 2012) Alternate 1 (Feb 2012). (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JHA/AG-9A73-S-15-0002/listing.html)
 
Place of Performance
Address: Mt. Hebron Work Center, Old State Hwy (Meiss Lake Road) at Sacramento Avenue, McDoel/Mt. Hebron, California, 96058-9747, United States
Zip Code: 96058-9747
 
Record
SN03679629-W 20150328/150326234823-89bfd568e30e84dd7a94333c94fc379c (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.