Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
MODIFICATION

37 -- cattle guards & supports

Notice Date
2/2/2016
 
Notice Type
Modification/Amendment
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 Utah Acquisition Support Center, 2222 West 2300 South, Salt Lake City, Utah, 84119, United States
 
ZIP Code
84119
 
Solicitation Number
AG84N8S160018
 
Archive Date
2/20/2016
 
Point of Contact
David S. Owens, Phone: 8019753437, Charlotte Vanderbilt, Phone: 8019753471
 
E-Mail Address
davidowens@fs.fed.us, cvanderbilt@fs.fed.us
(davidowens@fs.fed.us, cvanderbilt@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is cancelled. COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: AG - 84N8 - S - 16- 0018 Posted Date: 25 January 2016 Original Response Date: 5 February 2016 Current Response Date: 5 February 2016 Product or Service Code: 3730 Set Aside: 100% total small business NAICS Code: 333111 Contracting Office Address UTAH ACQUISITION SUPPORT CENTER 2222 West 2300 South, Salt Lake City UT 84119 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested, and a written solicitation document will not be issued. Utah Acquisition Support Center is seeking quotes for 4 cattle guards and 4 supports to be used in projects on the Dixie NF. Delivery to the shipping address is to be included in any offer provided. Delivery must be on/before February 29, 2016 - 1:00 PM local. Please call ahead 48 hours in advance to ensure representative is on site for delivery. 8' x 16' cattle guards with H2O rating with clean out and matching end wings Precast concrete forms (pair) L type to support 8' x 16' cattle guards (H2O rating) Design loading shall meet AASHTO HS20-44 load rating All structural steel except rail sections shall conform to ASHTO M183-70 (ASTM A 36) Precast concrete base shall be designed to carry the cattle guard and HS20-44 vehicle loading including anchor bolts at 24" O.C. as well as "lift hooks" Anchor bolts shall be galvanized in accordance with AASHTO M111 (ASTM A 123) This is a notice that this request for quotation is a total set aside for small business. Only quotes submitted by small businesses will be accepted by the government. Any quote that is submitted by a contractor that is not a small business will not be considered for award. For any questions, please contact David Owens at (801) 975-3437 or davidowens@fs.fed.us or Charlotte Vanderbilt at (801) 975-3471 cvanderbilt@fs.fed.us Requisition 776642 Attached documents AGAR 104 B The associated North American Industrial Classification System (NAICS) code for this procurement is 3354224 with a small business size standard of 500. The Utah Acquisition Support Center, 2222 West 2300 South, Salt Lake City UT 84119 is seeking to purchase cattle guards and forms. All interested companies shall provide bids for the following: Supplies Line Item Description Estimated Quantity Unit Unit Price Unit Amount 001 Cattle guards 04 EA $ 002 Concrete forms (pair) 04 EA $ 003 Shipping charges 01 LS $ Total Quote $ Place of Performance Address: USDA Forest Service-Cedar City Maintenance Shop, 1748 West Kitty Hawk Dr., Cedar City, UT Postal Code: 84721 Country: UNITED STATES Award shall be made to the quoter whose quote offers the best value to the government, considering technical capability, past performance, and price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, "Instructions to Offerors-Commercial Items" Oct 2015 2. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" Nov 2015 Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: • FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" May 2015 • FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" Jan 2016 The following subparagraphs of FAR 52.212-5 are applicable: [(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332 All quoters shall submit the following: 1 copy of; 1. SCHEDULE OF ITEMS 2. Part 1, ANNUAL REPRESENTATIONS AND CERTIFICATIONS, paragraph (b) of provision 52.212-3. 3. COMPLETED SECTION 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS 4. TECHNICAL RESPONSE AS IDENTIFIED IN EVALUATION FACTORS FOR AWARD 5. Exhibit #1, AGAR 104B-REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION All quotations shall be sent to the Utah Acquisition Support Center, 2222 West 2300 South, Salt Lake City UT 84119 This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 5 Feb 2016 1:00 PM local at Utah Acquisition Support Center, 2222 West 2300 South, Salt Lake City UT 84119 for submission of quotes, offers, or bids. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or e-mailed offers, quotes, or bids will be accepted. Fax: (801)975-3483 Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point of contacts. Point of Contact David Owens (801) 975-3437 davidowens@fs.fed.us or Charlotte Vanderbilt at (801) 975-3471 cvanderbilt@fs.fed.us or Tammy Draper (801) 975-3370 tdraper01@fs.fed.us FAX 801.975.3483
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/84N8/AG84N8S160018/listing.html)
 
Place of Performance
Address: USDA Forest Service-Cedar City Maintenance Shop, 1748 West Kitty Hawk, Cedar City, Utah, 84721, United States
Zip Code: 84721
 
Record
SN04006941-W 20160204/160202234133-ccce33468b3990eeda566d86015c0258 (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.