Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2011 FBO #3437
SOLICITATION NOTICE

42 -- Fold and Roll Emergency Signs

Notice Date
4/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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-11-0003
 
Archive Date
9/30/2011
 
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 FAR sub-part 12.6, as supplemented with additional information in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-50. 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-11-0003 and is a Request for Quotation (RFQ). Submit written offers only; oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. This solicitation is 100% set-aside for Small Business. The North American Industry Classification System (NAICS) is 332999, Fabricated Metal Product Manufacturing--All Other Miscellaneous Fabricated Metal Product Manufacturing. Small Business Size Standard is 500 (No. of Employees). It is the firms or individuals responsibility to be familiar with applicable provisions and clauses. All FAR provisions and clauses may be viewed in full text at the Federal Acquisition Regulation via the Internet at http://acquisition.gov/comp/far/index.html All items shall be delivered FOB DESTINATION. Delivery may be requested at two separate locations - one half of order being shipped to Northern California and the other half being shipped to Southern California. This solicitation is for the procurement of 550 Fold and Roll signs to be used on Emergency Incidents. Written documentation such as a brochure or description from product catalog detailing the specifications of the product you are proposing needs to be submitted as part of your quote. 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 intent of this solicitation and any resultant contract is to obtain 550 Fold and Roll Signs per the attached specifications listed below: The U.S. Forest Service, Pacific Southwest Region, Fire and Aviation Management has a requirement to procure fold and roll signs to be used on emergency incidents. The fold and roll sign is a complete sign and stand combination that is lightweight and is designed for ultra compact storage and super-fast deployment. Sign is a diamond shaped 36 inch sign. 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 signs are fluorescent 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/stand combo is to be constructed of powder coated steel and aircraft quality aluminum. Stand must have a center locking hub and spring system for stability that can provide 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 and NCHRP-350 compliant. Dyna-Flex compact stand or equal. CLIN 001 _______ 275 EA @ __________ Total: ____________ Pink Fluorescent Fold and Roll Signs - Flagger Symbol CLIN 002________275 EA @ __________ Total: ____________ Pink Fluorescent Fold and Roll Signs - Emergency Scene Ahead Delivery is 30 days after receipt of award. FOB Destination. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212.2 Evaluation - Commercial Items. 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: 1. Price; 2. Specifications of items meeting or exceeding the requirements above; and 3. Past Performance of contractor as it relates to delivering items in specified time frame 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 quoters. 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. Complete only paragraph (j) of this provision if the annual representations and certificates have been competed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (c) through (o) of this provision need to be completed. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.211-6 Brand Name or Equal FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222.26 Equal Opportunity FAR 52-222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Report on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. FAR 52.232.33 Payment by electronic Funds Transfer - Central Contractor Registration 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 28 April 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 quote on company letterhead for the requested items (CLIN 001 and CLIN 002), delivery time after receipt of contract; payment terms; correct remittance address; DUNS number; Tax ID number; and documentation/information to allow the government to determine if the items you are proposing meet the government's requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JHA/AG-9A73-S-11-0003/listing.html)
 
Place of Performance
Address: USDA, Forest Service, Northern California Service Center, Redding, California, 96002, United States
Zip Code: 96002
 
Record
SN02429919-W 20110423/110421234311-a9121a439e812bf801ded48cff2beb4f (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.