SOLICITATION NOTICE
99 -- BOULDERS SUPPLY & DELIVERY
- Notice Date
- 4/12/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484220
— Specialized Freight (except Used Goods) Trucking, Local
- Contracting Office
- Department of Agriculture, Forest Service, R-5, Central CA Acquisitions Service Area, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250, United States
- ZIP Code
- 95959-2250
- Solicitation Number
- aG-9A63-S-13-0093
- Point of Contact
- Peggy Scott, Phone: 530-478-6123
- E-Mail Address
-
mscott01@fs.fed.us
(mscott01@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- BOULDERS SUPPLY AND DELIVERY AG-9A63-S-13-0093 April 12, 2013 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-9A63-S-13-0093, and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. This is a total small business set-aside. The NAICS code is 484220 and small business size standard is $25.5 (in millions of dollars). Purchase and Delivery of Boulders Item 1 2-3 ton boulders (roughly 4'X4'X4' in size), green/blue/gray coloration. Pricing to be per ton, with an expected award of $20,000 total. Please provide the pricing per ton, and the amount of tons expected to be provided for the $20,000. Item 2 Separate delivery and placement (dumping) of boulders in Item 1 above. Delivery Instructions These boulders must be solid in structure and shall be delivered to eleven staging areas along the 3127 road (Finning Mill Rd). There may be additional locations to the eleven staging areas for delivery, that the Contracting Officer's Representative may ask boulders to be delivered to, as identified on the vicinity maps attached. No trucks unloaded or loaded with boulders will be allowed to cross over the Paggee Creek bridge. The bridge across Paggee Creek has a maximum 7-ton weight limit. There are an estimated 60% of the boulders shall be delivered from the north end of the project area, with the balance of boulders delivered from the south end of the project area. See the attached Finning Mill Vicinity Map. Boulder delivery shall occur at the same time as the Forest Service places the delivered boulders. All staging area locations are small in size; boulder installation work is planned to occur at the same time as delivery. This will require close on-the-ground coordination with the Forest Service Contracting Officer's Representative or their designated inspector(s). Each delivery will require a receipt at the time of delivery on individual deliveries, and will be signed for by the Contracting Officer's Representative or their designated Inspector. All improvements, structures, and roadside features such as signs, ditches, culverts, etc., shall be protected during this project. See the attached Finning Mill Staging Area Map. Work is planned to start the week of May 7th, 2013 and would only occur on weekdays. DELIVERY LOCATION: USDA Forest Service, Foresthill Ranger District Finning Mill Road Foresthill, CA 95631 DELIVERY TIME FRAME: Delivery to be made in staggered shipments, full truckloads. DELIVERY HOURS: Monday through Friday, 0800 to 1630, excluding federal holidays. CONTACT: Kay Edens or Matthew Brownlee at 530-367-2224 SUBMISSION OF QUOTES: Offerors shall submit quotes to the office specified in this Solicitation on or before the exact time specified in the Solicitation. As a minimum, quotes shall show: (1) Solicitation No.; (2) Name and address of offeror on company business letterhead. (3) Address quote to Attn: Peggy Scott, Contracting Officer, USDA Forest Service, 631 Coyote St., Nevada City, CA 95959, or Fax Quotes to: (530) 478-6126; (4) Pricing for each line item above, with a combined total for both items. (5) Delivery time upon receipt of order. (6) Remit to address, if different than mailing address; (7) DUN AND BRADSTREET NUMBER to verify System for Award Management (SAM) and Online Representations and Certifications Application (ORCA) WWW.SAM.GOV. If the ORCA is not completed in SAM, a completed copy of the Federal Acquisition Clause: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) at the following website: https://www.acquisition.gov/comp/far/current/html/52_212_213.html#wp1179194 (8) Tax Identification Number; (9) Acknowledgement of any Solicitation amendments. EVALUATION: Quotes shall be evaluated on a best value basis: Past performance and experience; capability of meeting agency requirements (see the details below); capability of meeting delivery time; and price per ton FOB destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer or verify that those Representations and Certifications are current and available at SAM. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Offers are due to Friday April 19, at 4:30 p.m. PDT. Offers can be faxed to 530-478-6126, or can be mailed to 631 Coyote St, Nevada City, CA 959595. Email responses with quotes will not be accepted. Please contact Peggy Scott, Purchasing Agent, email mscott01@fs.fed.us, or 530-478-6123 for information regarding the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/aG-9A63-S-13-0093/listing.html)
- Place of Performance
- Address: USDA Forest Service, Tahoe National Forest, Foresthill, California, 95631, United States
- Zip Code: 95631
- Zip Code: 95631
- Record
- SN03035195-W 20130414/130412234121-a8b4359febde22cf9d1da30d33bcdfff (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 |