Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

55 -- Ekki Timbers - Drawing No. SLS-370-170

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321113 — Sawmills
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL55-13-Q-P0936
 
Archive Date
9/18/2013
 
Point of Contact
Patrick H. Jacobs, Phone: (315) 764-3252, Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
patrick.jacobs@dot.gov, patricia.white@dot.gov
(patrick.jacobs@dot.gov, patricia.white@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing No. SLS-370-170 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. Solicitation number DTSL55-13-Q-P0936 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. The applicable NAICS Code is 321113 and the size standard is 500 employees. The procurement is a small business set-aside. Requirement is to furnish and deliver Ekki Timbers in 10-Ft. (3.05 m) lengths, beveled for Item No. 1 only, in accordance with the attached Drawing No. SLS-370-170. All timbers shall have sound square edges and ends. Tolerances on all dimensions shall be +/- ¼ in. (0.64 cm). Timbers shall be free from sapwood, rot, wane, cracks other than normal checking, and any other such defects. Timbers shall be furnished in the sizes and with heart exposed as stated in Item Nos. 1 and 2 below: Item 1 - 80 Each - Timber, Ekki, 14 in. x 10.25 in. (35.6 cm x 26.0 cm) with ("exposed heart") a protrusion of heart centers/heartwood allowed on the unbeveled 10.25 in (26.0 cm) side only. It is important that any protrusion of heart be only on the unbeveled 10.25 in. (26.0 cm) side because this side is not subjected to wear. Item 2 - 10 Each - Timber, Ekki, 8 in. x 10.25 in. (20.3 cm x 26.0 cm) with ("exposed heart") a protrusion of heart centers/heartwood allowed on one 10.25 in. (26.0 cm) side only. It is important that any protrusion of heart be only on one 10.25 in. (26.0 cm) side because this side will not be subjected to wear. Optional Requirement - Additional twenty (20) each of Item No. 1 above with the same characteristics. Delivery FOB Destination by May 1, 2014 to Saint Lawrence Seaway Development Corporation (SLSDC), Attn: Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662. Contractor shall notify the supply office at 315-764-3221 or 315-764-3204 at least twenty-four (24) hours prior to delivery. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items (JUL 2013) applies to this acquisition. The provision is tailored to read (h) the Government will evaluate quotations received in response to this solicitation without discussions and will award a fixed-price contract with an economic price adjustment to the responsible offeror whose quotation, conforming to the solicitation, will be most advantageous to the Government considering only price and the price-related factors contained in this notice. This procurement is not subject to the Buy American Act. The SLSDC reserves the right to reject or cut any timber not received in conformance with the specified dimensions. In the event cuts are required to bring the timbers into conformance with the dimensions specified, all costs incurred by the SLSDC will be deducted from the payments due the Contractor. Offeror shall submit reference information from at least three (3) customers who purchased a similar product within the last three (3) years to include; name, address, phone number, and email address (if available). Offerors are also required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2013) with its offer. If the offeror has completed the annual representations and certifications electronically at www.sam.gov (see below), only paragraph (b) of this provision needs to be completed and submitted. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (JUL 2013) is applicable to this acquisition. The following FAR clauses contained within clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2013) are applicable to this acquisition: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post -Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Addendum-Additional FAR Clauses applicable to this solicitation: 52.204-7, System for Award Management (JUL 2013); 52.247-34, F.O.B. Destination (NOV 1991); Response date for receipt of offers/quotes is by COB 1:00pm, Tuesday, September 3, 2013. Quotes may be emailed to patrick.jacobs@dot.gov, faxed to 315-764-3268, or mailed to 180 Andrews Street, Massena, NY 13662. All responsible offerors may submit a quote which shall be considered by the SLSDC. Questions regarding this acquisition are to be directed to Patrick Jacobs, Contract Specialist, 315-764-3252 or by email to the address above. Offerors must be registered in the System for Award Management database to be eligible for award. Register at www.sam.gov in conjunction with representations and certifications. Full text of FAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/index.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-13-Q-P0936/listing.html)
 
Place of Performance
Address: 251 Fregoe Road, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN03146749-W 20130815/130813235300-03218bcb9affb6a1b78a682c319c1a2e (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.