Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2010 FBO #3120
SOLICITATION NOTICE

N -- Fire Support Vehicle Outfitting, Shasta Trinity NF - Contractor Response - Statement of Work

Notice Date
6/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern Province Acquisitions, Redding Office, 3644 Avtech Parkway, Redding, California, 96002
 
ZIP Code
96002
 
Solicitation Number
AG-9A28-S-10-0047
 
Archive Date
7/2/2010
 
Point of Contact
Marilyn Ladd, Phone: 530 226-2451
 
E-Mail Address
mladd@fs.fed.us
(mladd@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Contractor Response Documents 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; quotations are being requested and a written solicitation will not be issued. The solicitation number AG-9A28-S-10-0047 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This is a 100% Small Business Set-aside under NAICS code 811118, the small business size standard is $7.0M. This is an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for the Outfitting of new Fire Emergency Support Sport Utility Vehicles (SUV) and Pickups. This contract contemplates a minimum order of 4 vehicles to be outfitted in accordance with the enclosed specifications to a maximum of 15 vehicles during a performance period from contract award to December 31, 2010. SCHEDULE OF ITEMS: See attachment - Contractor Response STATEMENT OF WORK: See attachment - Statement of Work. Payments to the Contractor shall be made in arrears, upon receipt of a properly prepared invoice at the office designated to receive the invoice. Payment will only be made for work completed and accepted by the contracting officer's representative. The invoice shall include the Contract Number as well as the Order Number. The invoice billing address is 3644 Avtech Parkway, Redding, CA 96002 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): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government intends to evaluate quotes and offer a single award without discussions; therefore, the quote should contain the best terms from a price and technical standpoint. Offers are required to submit: 1) Contractor name, address and DUNS number, 2) Pricing on the schedule of items, 3) Response to evaluation factors, 4) Completed copy of 52.212-3, Offeror Representations and Certifications -- Commercial Items, unless it has completed its online certifications through the ORCA website. A contractor response document is provided to assist in returning all applicable information. Failure to submit any of this information may result in a quote being unable to evaluate. Offers are due no later than 17 June 2010, 4:30 pm. Pacific Daylight Time. Quotations can be faxed to (530) 226-2474 or by email to mladd@fs.fed.us no later than the date and time above. Emailed offers are advised to enter the solicitation number in the subject line of the email. Mailed offers must arrive no later at Northern Province Acquisitions, 3644 Avtech Parkway, Redding, CA 96002. The provision at 52.212-2, Evaluation -- Commercial Items applies, for the purpose of the fill-ins of this clause past performance, service location and installation time when combined are more important than price.. Relevant Past Performance: Past Performance is a measure of the degree to which an offeror has satisfied its customers, complied with contract terms and conditions in addition to applicable laws and regulations. The Government may contact individuals and firms that you have performed services to evaluate your experience and past performance record. Service Location. Service locations closer to Redding will receive a higher rating because less government time will be needed to perform inspections and delivery and pickup equipment. Please provide the address of your service location. Installation Time: Vendors proposing a shorter installation time from receipt of order shall receive a higher rating. This proposed installation time shall become contract time per vehicle in the resulting contract. Price: Submit unit pricing in the Schedule of Items. This pricing will become the standard pricing The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition addenda to the clause are as follows. ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 52.216-18 ORDERING (OCT 1995) fill-in, such orders may be issued from effective date of award through December 31, 2010. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order, 4 vehicles (b) Maximum order, 15 vehicles, 15 vehicles within 10 days 52.216-22 INDEFINITE QUANTITY (OCT 1995) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses are from 52.212-5 are also indicated by the contracting officer as applicable: [X] (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). [X] (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (20) 52.222-19, Child Labor – cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126) [X] (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). [X] (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). [X] (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). [X] (39) 52.232-33Payment by Electronic Funds Transfer-- Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [X] (5) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A28/AG-9A28-S-10-0047/listing.html)
 
Place of Performance
Address: Shasta County, CA, United States
 
Record
SN02171437-W 20100610/100608235136-92e71c23861a11936123921085ff7fec (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.