|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1998 PSA#2240USDA Forest Service, Ochoco National Forest, PO Box 490, Prineville, OR
97754 55 -- SUPPLY WOOD STAKES SOL 7-99-R6 DUE 011399 POC Cecila
Rogers,541/416-6534 or Jeanette Young, C.O. 541/416-6544,FAX
541/416-6661 E-MAIL: Click here to contact the contracting officer via,
Jyoung/r6pnw_ochoco@fs.fed.us. (1) 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; quotations are being requested and a written
solicitation will not be issued. (ii) 7-99-R6. This solicitation is
issued as a Request for Quotation (RFQ) -- Item 1 is Firm Fixed Price
(FFP) and Quantity, Items 2-5 are FFP with Indefinite Quantities. (iii)
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-09. (iv)
Standard Industrial Classification Code is 2499; the small business
size standard is 500 employees. This is a 100% small business
set-aside. Wood stakes are duty-free for Canadian suppliers. (v) The
wood stakes will be used to tubing tree seedlings in conjunction with
an on-going tree planting contract. Actual damages will be assessed for
late deliveries. Item 1) Wood Stakes—5/8" x 1-1/4" x 24" in
bundles (BD) of 50, 2,400 BD, Item 2) Wood States -- 3/4" x 1-1/2" x
24" in BD of 50, Minimum of 1,600 BD/Maximum of 4,000 BD; Item 3) Wood
Stakes -- 3/4" x 1-1/2" x 30" in BD of 50, Minimum of 6,000 BD/Maximum
of 10,000 BD; Item 4) Wood Stakes (Pressure-Treated) -- 3/4" x 3/4" x
42" in BD of 50, Minimum of 3,200 BD/Maximum of 4,600 BD; Item 5) Wood
States (Pressure-Treated) -- 3/4" x 3/4" x 48" in BD of 50, Minimum of
300 BD/Maximum of 500 BD. (vi)WOOD: Items 1-3 -- acceptable wood
species are Douglas fir, western larch, cedar, redwood, black cherry,
or sassafras -- Items 4&5 -- only acceptable species is Douglas fir;
Items 1-3 -- wane shall not exceed 1/2" (and for Items 4&5 wane shall
not exceed 1/4") on the face and edge; Items 1-3 -- knots shall not
exceed 1/2" (and for Items 4&5 knots shall not exceed 1/4") on the face
and edge; Items 1-5 shall be free of loose knots; Items 1-5 -- Slope of
the grain shall not exceed 1 in 6; Items 1-5 shall be free of decay;
Items 1-5 shall not contain splits or pitchpockets larger than 1" or
weeping pitch pockets; Items 1-5 shall be of natural color (no
discolored materials such as blue stain, water soaked or age); Items
1-5 shall be free of core/heartwood of the tree; Items 1-3 shall not
exceed 35% moisture content when tested with a wood moisture meter, and
Items 4&5 shall not exceed 30% moisture content after treatment (will
likely need to be kiln-dried after pressure treatment); Items 1-3 shall
be free of paint and any chemical treatment and Items 4&5 shall be
treated with CCA (copper chrominate arcenate) to a retention of .40.
DIMENSIONS AND FINISH: Items 1-3 a 1/8" (plus or minus) tolerance is
allowed for thickness and width, and a 1" (plus or minus) tolerance is
allowed for length, Items 4&5 a 1/16" (plus or minus) tolerance is
allowed for thickness and width, and a 1/2" (plus or minus) tolerance
is allowed for length. END-TREATMENT: Items 1-3 shall be pointed on two
sides a minimum of 3" to a maximum of 4" along the stake centerline
with a pencil-point tip a minimum of 2" to a maximum of 3" in length,
Items 4&5 shall be pointed on one side a minimum of 2" to a maximum of
3" along the stake centerline. PACKAGING: Items 1-5 shall be in
bundles of 50 that are securely bound on both ends with plastic banding
and placed on intact sturdy pallets (50-60 bundles per pallet) for
delivery, Items 1-3 require pallets to be covered with a water-proof
cover (i.e. shrink wrap), and Items 4&5 require that the pallets be
covered. (vii) Items 1-5 shall be shipped FOB Destination; maps of
delivery locations can be provided at time of contract award.
Deliveries beyond the minimum ordered are required 3 weeks after task
orders are placed on Indefinite Quantity Items, unless otherwise stated
below. A 72-hour notification shall be given to the individuals listed
below prior to delivery, and so that arrangements can be made for the
Government to provide unloading equipment. Items 1, 3-5 shall be
delivered between the hours of 8:00 AM and 3:00 PM Monday through
Friday, Item 2 shall be delivered between the hours of 8:00 AM and 2:00
PM Monday through Thursday. Item 1 -- 2,400 BD shall be delivered by
3/15/99 to Ochoco N.F., Big Summit R.D., Ochoco Ranger Station, 33700
Ochoco Ranger Station Rd (23 Miles east of Prineville, OR) 97754-9612,
contact Deb Mafera (541)447-6645; Item 2 -- 800 BD shall be delivered
by 4/26/99, 800 BD by 5/10/99, and up to the Maximum of 4 orders of
600 BD delivered 3 weeks after task orders are placed between 5/10/99
and 7/19/99 to Ochoco N.F., Paulina R.D., Rager Ranger Station
Compound, 17100 Beaver Creek Rd., Paulina, OR 97751-9706, contact Ray
Hennings (541)477-3713; Item 3 -- 3,000 BD shall be delivered by
3/15/99, 3,000 BD by 3/31/99, and up to the Maximum of 4,000 additional
BD delivered by 4/15/99 to Snow Mountain Ranger District -- BLM
Compound, 589 W. Filmore, Burns, OR 97720, contact Jack Trotter
(541)573-4629/4360; Item 4 -- 1,600 BD shall be delivered by 3/31/99,
1,600 BD by 4/9/99, and up to the Maximum of 1,400 additional BD
delivered by 4/15/99 to Deschutes N.F., Bend Pine Nursery, 63095
Deschutes Rd., Bend, OR 97701, contact Cheryl Johnson
(541)383-4733/pager 383-6637; Item 5 -- 300 BD shall be delivered by
4/15/99, and up to the Maximum of 200 additional BD delivered by
4/21/99 to Deschutes N.F., Bend Pine Nursery, 63095 Deschutes Rd.,
Bend, OR 97701, contact Cheryl Johnson (541)383-4733/pager 383-6637.
(viii) The provision at 52.212-1, Instruction to Offerors -- Commercial
Items, applies to this acquisition. (ix) The provision at 52.212-2,
Evaluation Commercial Items applies -- 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, Past Performance. (x)
Offerors shall include a completed copy of the provision at 52.212-3,
Offeror Representations and Certifications -- Commercial Items, with
offer. (xi) The provision at 52.212-4, Contract Terms and Conditions --
Commercial Items, applies to this acquisition. (xii) Paragraphs (a) and
(b) of 52.212-5, Contract Terms and Conditions Required to Implement
Statutes of Executive Orders -- Commercial Items applies to this
acquisition. Addenda: FAR 52-214-22, Evaluation of Bids for Multiple
Awards, FAR 52.216-18, Ordering -- paragraph (a) -- Task Orders may be
issued by the Contracting Officer and CORS from the effective date of
the contract through 7/19/99 for Item 2, 3/25/99 for Items 3 and 4,
and 3/31/99 for Item 5, FAR 52.216-19, Order Limitations -- paragraph
(a) Minimum Order is 500 BD for Items 2-5 and paragraph (b) Maximum
Order (items 2-5) -- The Contractor is not obligated to honor (1) any
order for a single item in excess of 115% (2) any order for a
combination of items in excess of 115% (3) a series of orders from the
same ordering office within 30 days that together call for quantities
exceeding the limitation in subparagraphs (b)(c) or (2) of this
section, FAR 52.216-22, Indefinite Quantity -- paragraph (d) -- the
Contractor shall not be required to make any deliveries under this
contract after 8/9/99 for Item 2, 4/15/99 for Items 3&4, and 4/21/99
for Item 5, FAR 52.211-17, Delivery of excess Quantities. (xiii) --
(xv) N.A. (xvi) Submit quotations to Ochoco National Forest, 3160 NE
Third St., P.O. Box 490, Prineville, OR 97754 by 4:30 PM Pacific
Standard Time on January 13, 1999. Format can be on letterhead
stationery as specified in paragraph (b) of 52.212-1, Instructions to
Offerors -- Commercial Items. At a minimum the following must be
included: 1) Solicitation Number, 2) Date specified for receipt of
quotations, 3) Name, address, and telephone number of offeror, 4) a
technical description of items being offered in sufficient detail to
evaluate compliance with the requirements in the solicitation (i.e.
wood species,etc.), 5) unit price with extended totals for minimum
amounts with any discount terms, 6) a completed copy of Representations
and Certifications 52.212-3, 7) acknowledgement of Amendments, 8) past
performance information (references including names and telephone
numbers from recent relevant contracts). (xvii) Contact Jeanette Young,
(541) 416-6533 for information. Posted 12/09/98 (W-SN278680). (0343) Loren Data Corp. http://www.ld.com (SYN# 0234 19981211\55-0001.SOL)
55 - Lumber, Millwork, Plywood and Veneer Index Page
|
|