SOLICITATION NOTICE
Z -- Spring C.G. Well House Replacement - Specifications/Drawings
- Notice Date
- 8/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 327390
— Other Concrete Product Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Deschutes NF, 1001 SW Emkay Drive, Bend, Oregon, 97702
- ZIP Code
- 97702
- Solicitation Number
- AG-04GG-S-11-0020
- Archive Date
- 9/27/2011
- Point of Contact
- Bryce H. Kamerdula, Phone: (541) 416-6538, Lisa Anheluk, Phone: 541 383-5511
- E-Mail Address
-
bhkamerdula@fs.fed.us,
(bhkamerdula@fs.fed.us, /div)
- Small Business Set-Aside
- Total Small Business
- Description
- Drawings 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 are being requested and a written solicitation will not be issued. Solicitation AG-04GG-S-11-0020 is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. SET--ASIDE: This acquisition is Set-Aside for Total Small Business. All potential offerors may submit a quote for this acquisition. If a minimum of two competitive offers from eligible small business concerns are not received, any awards resulting from this combined solicitation and synopsis will be made on the basis of full and open competition from all responsible business concerns submitting an offer. The NAICS Code is 327390 and small business size standard is 500 employees. The Government will issue an order as a result of this Request for Quotations to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, cost or price and other factors considered. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussion with any or all quoters. DESCRIPTION OF WORK: The purpose of this solicitation is to furnish and install a prefabricated building utilized for a well house at Spring Camp Ground, Crescent Ranger District, Deschutes National Forest. Work includes but is not limited to installation of prefabricated building, demolition of existing structure, plumbing, electrical, and well modification. The Contractor shall comply with all applicable Federal, State, and Local regulations. Per EPA recommendation, the use of cement and concrete containing coal fly ash or (GGBF) slag is encouraged but not required for the prefabricated building. The Contractor shall provide all labor, transportation, tools, and equipment necessary to perform the requirements of this contract. To mitigate the spread of noxious weeds, all equipment entering the site shall be cleaned thoroughly. Equipment will be inspected prior to entrance onto Federal lands by the Contracting Officers Representative prior to entrance onto Federal lands. Warning signs will be placed around the work area and shall be installed by the contractor. SPECS/MAPS/DRAWINGS: The specifications, vicinity map and project drawings (attached) are a part of this solicitation and any resulting contract. CONTRACT TIME: Anticipated start date is September 19, 2011 and all work shall be completed within 90 calendar days from notice to proceed, weather permitting. Required pricing shall be submitted below: ITEM 1 Demolition of Existing Building 1 Lump Sum: ____________ ITEM 2 Pre-Fabricated Utility Building 1 Lump Sum: ____________ ITEM 3 Well Modifications 1 Lump Sum: ____________ ITEM 4 Plumbing 1 Lump Sum: ____________ ITEM 5 Electrical 1 Lump Sum: ____________ SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (June 1998), website is https://www.acquisition.gov/far/ FAR 52.212-1 Instructions to Offerors Commercial Items (June 2008), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation will be based on Technical Approach, Past Performance, and Price. Technical and Past Performance when combined are approximately equal to cost or price. Technical Criteria includes: 1) Past performance information from the last 3 previous and relevant projects performed with clients name and phone numbers, 2) List of Subcontractors, 3) Safety Plan, and 4) Explanation of how work will be performed. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (May 2011); OR the offeror must have completed their annual representations and certifications electronically at http://orca.bpn.gov.The following clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), website is https://www.acquisition.gov/far/ and http://www.dm.usda.gov/procurement/policy/index.html for the Agriculture Acquisition Regulation (AGAR), FAR 52-204-7 Central Contractor Registration; Note: Lack of registration in the Central Contractor Registration will make an offer ineligible for award. FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2003), the following clauses are addenda to FAR 52.212-4: 52.236-3, Site Investigation and Conditions Affecting the Work (Apr 1984),52.236-7, Permits and Responsibilities (Nov 1991), 52.236-13, Accident Prevention (Nov 1991), AGAR 452.236-72, Use of Premises (Nov 1996), 452.236-73, Archaeological or Historical Sites (Feb 1988), 452.236-74, Control of Erosion, Sedimentation, and Pollution (Nov 1996), 452.236-77, Emergency Response (Nov 1996), FAR 52.22-50 Combating Trafficking in Persons (Feb 2009), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law of Breach of Contract Claim (Oct 2004), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Aug 2011) under paragraph (b), the following clauses are incorporated: (1) 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006), (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (6) 52.209-6, Protecting the Governments Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010), (11) 52-219-6, Notice of Total Small Business Set-Aside (Jun 2003), (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011), (14) 52.219-9, Small Business Subcontracting Plan (Jan 2011), (21) Post Award Small Business Program Rerepresentation (Apr 2009), (24) 52.222-3, Convict Labor (Jun 2003), (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010), (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (27) 52.222-26, Equal Opportunity (Mar 2007), (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), (40) 52.225-13 Restriction on Certain Foreign Purchases (June 2008), (45) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003), under paragraph (c), the following clauses are incorporated:(none),52.233-3 Protest after Award (Aug 1996), Walsh-Healy Public Contracts Act (Dec 2010). SUBMISSION OF OFFERS: Offers are due September 12, 2011 by 4:30 PST C.O.B. Offers may be faxed to Bryce Kamerdula at (541) 416-6661 or mailed to USDA, Forest Service, Ochoco National Forest, Attn: Bryce Kamerdula, 3160 NE 3rd Street, Prineville, OR 97754. Supplemental attachments are available on the Internet at the Federal Business Opportunities (FedBizOpps) website at www.fedbizopps.gov. Submit the following items with offer: 1) Pricing Schedule, 2) Completed Representations and Certifications, as required in FAR 52.212-3 OR the offeror must have completed their annual representations and certifications electronically at (ORCA) http://orca.bpn.gov and 3) Technical Submittal. Questions regarding this announcement must be addressed to Bryce Kamerdula (541) 416-6538 or by email at bhkamerdula@fs.fed.us. Technical questions must be addressed to Lisa Anheluk 541 383-5511. COMPANY NAME: ______________________________________________ DUNS NUMBER __________________ TIN: ____________________________ CCR: YES / NO ORCA: YES / NO
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04GG/AG-04GG-S-11-0020/listing.html)
- Record
- SN02552360-W 20110828/110827000510-7c21416bdbf61bacdf29688b313d1c18 (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 |