Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOLICITATION NOTICE

55 -- Ekki Timbers - Timber Drawing

Notice Date
5/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321113 — Sawmills
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
6923G518Q050
 
Archive Date
6/15/2018
 
Point of Contact
Thomas J. Keenan, Phone: 3157643260, Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
thomas.keenan1@dot.gov, patricia.white@dot.gov
(thomas.keenan1@dot.gov, patricia.white@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing (Specs) 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; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number 6923G518Q050 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The applicable NAICS code is 321113 and the size standard is 500 employees. The offeror shall provide pricing for the following line items: Line Item No. Description Quantity 1 Timber, Ekki, 8 inch x 10.25 inch x 10 feet long, with sound squared edges and ends. Any protrusion of heart centers/heartwood allowed on one 10.25 inch side only. 30 Each All timbers shall be free from sapwood, rot, wane, cracks other than normal checking and any other such defects. Tolerances on all dimensions shall be +/- 1/4" (0.64 cm). All timbers shall be furnished accordance with the attached Drawing No. SLS-370-170. Delivery terms are FOB Destination to the Saint Lawrence Seaway Development Corporation Attn: Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662 by October 31, 2018. Partial shipments accepted. Offerors shall keep their quotes valid for sixty (60) days. Offerors shall provide written confirmation of price from their suppliers with their quote. F ederal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the SLSDC based on price and other price related factors. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.232-36, Payment by Third Party. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management (Oct 2016); 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-18, Commercial and Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). Response date for receipt of offers/quotes is by 12:00 pm EST, Thursday, May 31, 2018. Quotes shall be sent to Thomas Keenan, Contracting Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to patricia.white@dot.gov. This is a total small business set aside procurement. All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. The Government contemplates award of a firm, fixed price contract resulting from this solicitation. Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/6923G518Q050/listing.html)
 
Place of Performance
Address: 251 Fregoe Road, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN04922445-W 20180517/180515230458-8162827dfa8f2a14e358a9fa5622d6fc (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.