SOLICITATION NOTICE
99 -- H-T Fiberglass Markers and Decals - SF1449
- Notice Date
- 8/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Center, 1249 S. Vinnell Way, SUITE 200, Boise,, Idaho, 83709, United States
- ZIP Code
- 83709
- Solicitation Number
- AG-0261-S-12-0082
- Archive Date
- 9/30/2012
- Point of Contact
- Tanya Spanfellner,
- E-Mail Address
-
tspanfellner@fs.fed.us
(tspanfellner@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment A AGAR 452.209-70 SF 1449 (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) AG-0261-S-12-0082 is a combined synopsis/solicitation for commercial items (72 Inch Long DUAL- Fiberglass Reinforced Polyester Markers, individual Letters and Number Decals, and the US Flag Decal). This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 339950; Small Business Size Standard: 500 employees (v) See Attached SF1449 (vi) FOB-Destination for Delivery to: Humboldt-Toiyabe NF-Supervisor Office 1200 Franklin Way, Sparks, NV 89431 Deliveries shall be made on regular working days (Monday through Friday) during working hours (7:30 a.m. to 3:00 p.m.), excluding federal government holidays. Delivery NLT 45 days after award. (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.209-10 Prohibition of Contracting with Inverted Domestic Corp.; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving; FAR 52.225-1; FAR 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act Alternate I.; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; AGAR 452.209-71 Assurance Regarding Felony Conviction or Delinquent Status for Corporate Applicants, Alternate I (Feb 2012) (a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434. (End of Clause) (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. (xi) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. Alternate I (Feb 2012)-Attachment A-Please fill out Sign and Date and Return with quote. (xii) Quotes (SF-1449, blocks 30a-30c (complete, date and sign) Fill out the pricing schedule for all items. (Complete Unit Prices and Total) Provide TIN and DUNS Number Representations and Certifications (See FAR 52.212-3 above) AGAR 452.209-70) must be emailed to Tanya Spanfellner Email: tspanfellner@fs.fed.us, or faxed to (208) 373-4197 Quotes are required to be received no later than 1500 MST, 08/30 1500 MD.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/261/AG-0261-S-12-0082/listing.html)
- Place of Performance
- Address: Sparks, Nevada, 89431, United States
- Zip Code: 89431
- Zip Code: 89431
- Record
- SN02850942-W 20120824/120823001344-030baa4e9a4bb79aa05b0c460f442445 (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 |