SOLICITATION NOTICE
N -- Anti Idling Sign Installation - Los Angeles area
- Notice Date
- 10/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- HPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3803RWashingtonDC20460USA
- ZIP Code
- 00000
- Solicitation Number
- RFQ-DC-13-00009
- Response Due
- 10/25/2012
- Archive Date
- 11/24/2012
- Point of Contact
- Cara Lynch
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13, 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. This solicitation includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 05-61. The North American Industry Classification System (NAICS) Code for this procurement is 237310 with an SBA size standard of $33.5 million. This acquisition is being conducted as a local small business set-aside in accordance with FAR 13.003. The U.S. EPA/OECA Office of Environmental Justice intends to procure sign installation services for anti-idling signs in the Los Angeles area including communities in the Los Angeles area, Inland Empire Valley area and South San Joaquin Valley Area. The US EPA shall provide up to 300 anti-idling signs to the selected contractor for the required project. At a minimum, the selected contractor shall install 15 signs in each community location (Los Angeles area, Inland Empire Valley area and South San Joaquin Valley Area.) The maximum number of signs to be installed in each community location will not exceed 100 anti-idling signs. The requirements are as follows: 1. The selected contractor shall be located in the Los Angeles area, be knowledgeable in the sign installation laws, regulations, codes and ordinances for the Department of Transportation, State of California as well as each specified city and school zones of the determined locations. 2. The selected contractor also shall be able to obtain any required permits, approvals, inspections, etc to comply with any applicable laws, regulations, codes and ordinances. The Government anticipates issue of a firm-fixed-price Purchase Order for this requirement. Award will be made on a lowest price, technically acceptable basis. The Davis-Bacon Act applies to this requirement, thus laborer wages should be prepared in accordance with the wage determinations that have been prepared for Davis Bacon Act wages for the Los Angeles, CA area. No overtime shall be approved for this requirement, and the selected vendor will observe all Government holidays. The following provisions and clauses apply to the solicitation: FAR 52.212-1 "Instructions to Offerors Commercial; 52.212-4 "Contract Terms and Conditions - Commercial Items; 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" (including applicable clauses referenced therein); and 52.204-7 Central Contractor Registration, 52.222-6 Davis Bacon Act, 52-222.13 Compliance with Davis Bacon Act and Related Act Regulations. Interested vendors are reminded that award can only be made to a contractor who is registered in accordance with FAR 52.204-7. The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov. Offerors shall submit a firm-fixed-price quote for the items requested above. Offerors shall provide an itemized price per sign installation incident based on a minimum of 45 signs and a maximum of 300 signs. A ceiling price based on a ceiling of 300 signs will be associated with this Purchase Order. Partial quotes will not be accepted for this requirement. Vendors are encouraged to direct any questions by e-mail to the Contracting Officer, Cara Lynch, at lynch.cara@epa.gov. No telephone inquiries will be accepted. Quotes are due October 25, 2012 at 5:00 PM EST and should be submitted via email to Cara Lynch at lynch.cara@epa.gov. For additional information please see the EPA website: http://www.epa.gov/oamhpod1/admin_placement/13cl001/index.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-13-00009/listing.html)
- Place of Performance
- Address: Region 9US Environmental Protection Agency75 Hawthorne StreetSan FranciscoCA94105USA
- Zip Code: 94105
- Zip Code: 94105
- Record
- SN02912277-W 20121013/121011234122-ed906474ed4cadc67245ee8b4c1dfb8c (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 |