SOLICITATION NOTICE
Z -- Hazmat Abatement at Hat Creek Work Center Barracks - Lassen National Forest - SF-1449
- Notice Date
- 6/7/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Pacific Southwest Northern Area, Lease Contracting, 3644 Avtech Parkway, Redding, California, 96002, United States
- ZIP Code
- 96002
- Solicitation Number
- AG-9A73-S-15-0007
- Archive Date
- 7/7/2015
- Point of Contact
- JEANNIE E VAUGHN, Phone: 530-226-2702
- E-Mail Address
-
jvaughn@fs.fed.us
(jvaughn@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Drawing and Map Wage Determination Continuation of SF-1449 SF-1449 This is a combined Solicitation/Synopsis for commercial Items prepared 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 a written solicitation will not be issued. The solicitation number is AG-9A73-S-15-0007 and it is being issued as a Request for Quotations (RFQ). The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-82. This solicitation is set-aside 100% for small business. The NAICS code applicable to this solicitation is 562910 and the small business size standard is 500 employees. Contract Line Item 01 - Abatement of Hazardous Materials from the Lower Barracks, Building No.2013 at the Hat Creek Work Center - Lassen National Forest - Shasta County California. FOB Point is Hat Creek Work Center - Estimated time for work to be completed is July 17, 2015. A site visit is scheduled for Thursday June 11, 2015, at 10:00 a.m. Pacific Standard Time. Vendor's are strongly encouraged to attend site visit. The Provision at 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition and a statement regarding any addenda to the clause. The Provision at 52.212-2, Evaluation--Commercial items is applicable to this solicitation. Offerors shall be registered in the System for Award Management (SAM) and complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. If an exception to a size standard for this project is applicable please submit paragraph (b)(2) from the above provision with your quote. The provision at AGAR 452.209-70 Representation by Corporations regarding an Unpaid Delinquent Tax Liability or a Felony Conviction -Alternate 1 (FEB 2012) is applicable to this solicitation and any resulting contract. 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 claise are applicable to this acquisition. At a minimum, the response to the solicitation shall include: (1) Solicitation Number (2) Name and address of offeror (3) Address quote to: USDA, Forest Service, Attn: Jeannie Vaughn, 6101 Airport Road, Redding, CA 96002, or email quote to: jvaughn@fs.fed.us. Please include solicitation number in subject line of email. (4) Delivery time upon receipt of an order (5) DUN AND BRADSTREET NUMBER to verify System for Award Management (SAM). Award will not be made to a vendor not registered in SAM. To register go to www.sam.gov. (6) Acknowledgement of any Solicitation Amendments. (7) Address Evaluation Criteria. Offers are due Monday June 22, 2015 at 2:00 p.m. Pacific Standard Time. Questions about the solicitation should be addressed to Jeannie Vaughn, 530 226-2702 52.212-2--Evaluation--Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: -Price -Technical Capability of Contractor -Ability to meet the required Delivery Time -Past Performances (references) - Please include at least three current references with contact information (no more than five), for similar projects you have completed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JHA/AG-9A73-S-15-0007/listing.html)
- Place of Performance
- Address: Hat Creek Work Center, 17738 State Hwy 89, Lassen National Forest, Hat Creek, California, 96040, United States
- Zip Code: 96040
- Zip Code: 96040
- Record
- SN03755803-W 20150609/150607233304-f6b7daf9338fbf7e6031b7443ac959a6 (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 |