Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7, 2001 PSA #2931
SOLICITATIONS

56 -- FURNISH, DELIVER, AND INSTALL VARIOUS TYPES OF FENCING AND COMPONENTS

Notice Date
September 5, 2001
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
ZIP Code
19038
Solicitation Number
26-3615-01
Response Due
September 14, 2001
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558, Email lbotella@naa.ars.usda.gov -- Eileen LeGates, Procurement Assistance Officer, Phone 215-233-6551, Fax 215-233-6558, Email elegates@naa.ars.usda.gov
Description
The USDA, USDA, Agricultural Research Service (ARS), requires that all labor, supervision, tools, and materials be provided to furnish, deliver (F.O.B. Destination), and install various types of fencing and components at the Appalachian Farming Systems Research Center (AFSRC) in Beaver, West Virginia. All work shall be in accordance with the terms, conditions, drawings and specifications contained in this document. 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. Prices are being requested and a written solicitation has been issued. CONTRACTORS WHO ARE INTERESTED IN RECEIVING THE SOLICITATION, DRAWINGS OR ANY FUTURE AMENDMENTS MUST REGISTER IN WRITING TO BE INCLUDED ON THE MAILING LIST. FAX YOUR REQUEST WHICH INCLUDES THE SOLICITATION NUMBER, TITLE, CONTACT NAME, MAILING ADDRESS (STREET NAME IS PREFERRED), TELEPHONE AND FACSIMILE NUMBER S TO THE CONTRACTING OFFICE LISTED ABOVE. REQUESTS SENT BY E-MAIL ARE NOT ACCEPTABLE. The Solicitation number 26-3615-01 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This procurement is 100% set-aside for small businesses. The NAICS is 444190 with a size standard of $5.0 million. SEE Note 1. SCHEDULE OF ITEMS- ITEM NO. 01- Furnish, deliver, and install approximately 635 FT. of vertical exotic animal/deer fencing at the USDA farm located at Bragg, County Route 27. See Specification, Item No. 01 and 07, Drawing, Attachment D.1(A), D.1(B), D.1(C). QTY. =3D 635; UNIT ISSUE =3D FT.; UNIT PRICE: $______ and AMOUNT: $_______. ITEM NO. 02 -- Remove and reinstall approximately 120 FT. of vertical exotic animal/deer fencing at the USDA farm located at Bragg, County Route 27. See Specification, Item No. 02 and Drawing, Attachment D.1(A), D.1(B), D.1(C). QTY. =3D 120; UNIT ISSUE =3D FT.; UNIT PRICE: $______ and AMOUNT: $_______. ITEM NO. 03 -- Remove approximately 606 FT. of slanted deer fencing. (Posts remain for installation of Item 04). See Specifications, Item No. 03 and Drawing, Attachment D.1(A). QTY. =3D 606; UNIT ISSUE =3D FT.; UNIT PRICE: $______ and AMOUNT: $_______. ITEM NO. 04 -- Furnish, deliver, and install approximately 606 FT. of vertical exotic animal/deer fencing at the USDA farm located at Bragg, County Route 27. See Specification, Item No. 04 and Drawing, Attachment D.1(A), D.1(B), D.1(C). QTY. =3D 606; UNIT ISSUE =3D FT.; UNIT PRICE: $______ and AMOUNT: $_______. ITEM NO. 05 -- Furnish, deliver, and install approximately 2600 FT. of standard stock fencing at the USDA farm located at Bragg, County Route 27. See Specification, Item No. 05 and Drawing, Attachment D.2. QTY. =3D 2900; UNIT ISSUE =3D FT.; UNIT PRICE: $______ and AMOUNT: $_______. ITEM NO. 06 -Furnish, deliver, and install approximately 1900 FT. of standard stock fencing at the USDA farm located at Bragg, County Route 27. See Specification, Item No. 06 and Drawing Attachment D.3. QTY. =3D 1900; UNIT ISSUE =3D FT.; UNIT PRICE: $______ and AMOUNT: $_______. ITEM NO. 07 -- Furnish, deliver, and install additional 12-1/2 gauge High Tensile, galvanized, electrified wire. See Specification, Item No. 07, QTY. =3D PER; UNIT ISSUE =3D FT.; UNIT PRICE: $______ and AMOUNT: $_______. GOVERNMENT FURNISHED PROPERTY (GFP) -- 1) The Government will supply the following items to be used in this contract: a) 150 each -- 4"-6" line posts for line item no. 05 and 06.; b) 1 roll -- 2000' 12 ? gauge high tensile for line items 01, 04, 05 and 06 ; and c) 10 rolls -- 4000' 12 ? gauge high tensile for line items 01, 04, 05, and 06. 2) The Government shall furnish and install any required fence chargers. The Contractor shall coordinate the wire hook-ups on location. SITE VISIT -- An organized site visit has been scheduled for SEPTEMBER 7, 2001 at 10:00 a.m. There will be only one site visit scheduled for this project. Please contact Mr. Kelly Alley at (304) 256-2971 by September 6, 2001. Participants will meet at the USDA, ARS, NAA, AFSRC, 1224 Airport Road, Beaver, WV 25813. Accordingly, offerors are urged and expected to inspect the site where the work will be performed. All questions are to be sent, by faxed, to the Contracting Officer not later than September 10, 2001. DESCRIPTIVE LITERATURE -- Offerors are required to identify the brand and type of supplies offered and provide the descriptive literature even if literature has been submitted previously. Offerors must identify the brand and type of supplies being offered in the space below. Each line item is to be identified and includes: (ITEM) BRAND NAME: _______; MAKE/MODEL: ________. GENERAL SPECIFICATIONS -- The USDA, Agricultural Research Service (ARS), requires that all labor, supervision, tools, and materials be provided to furnish, deliver and install various types of fencing and components at the Appalachian Farming Systems Research Center (AFSRC) in Beaver, West Virginia. All work shall be in accordance with the terms, conditions, drawings and specifications contained in this document. TECHNICAL SPECIFICATIONS -- The following technical specifications refer to the line items in Section A.2, Schedule of Items. ITEM 01: VERTICAL EXOTIC ANIMAL/DEER FENCING: 78" Woven Wire Deer Fence (14/78/6); Three (3) strands 12 ? ga., high tensile, galvanized, electrified wire set at 8" intervals above the woven wire; In-line wire tighteners on 12 ? ga. wire; Posts: 12' to 14' long pressure treated (no creosote), spaced 10', set 36" min for line & 48" min for corner- end- gate; Double H braced at corner, end, and gate; 8-9" dia. for corner & pull; 4-5" dia. for line; Pin-lock Nail on insulators on electrified strands for line posts; End strain insulators on electrified strands for corner & end posts; Contractor shall coordinate the wire hook-ups on location. SEE DRAWINGS -- ATTACHMENT D-1(A), D-1(B) & D-1(C). ITEM 02: VERTICAL EXOTIC ANIMAL/DEER FENCING REMOVAL: Remove approximately 120' of vertical exotic animal/deer fencing and gate. These will be reused for the installation of Item 1. SEE DRAWINGS -ATTACHMENT D-1(A). ITEM 03: SLANTED DEER FENCING REMOVAL: Remove approximately 606' of slanted deer fencing. Furnish and install section with Vertical Exotic Animal/Deer Fencing (refer to Item 05 for specifications). Posts are to remain in place; no installation required. Install woven wire (refer to Item 05 specifications). SEE DRAWINGS -ATTACHMENT D-1(A). ITEM 04: STANDARD STOCK FENCING: Seven (7) strands 12-? ga., high tensile, galvanized, electrified wire set at 8" intervals with the lowest wire 6" from the ground; In-line wire tighteners on 12-? ga. wire; Posts: 7' long pressure treated (no creosote), spaced 10', set 36" (minimum) for line, corner, end, or gate; Double H Braced at corner, end, or gate; 5-6" dia. for corner & pull; 4-5" dia. for line; Pin-lock Nail on insulators on electrified strands for line posts; End strain insulators on electrified strands for corners and end posts; Contractor shall coordinate the wire hook-ups on location. SEE DRAWINGS -- ATTACHMENT D-1(A), D-1(B) AND D-1(C). ITEM 05 AND ITEM 06: EXOTIC ANIMAL/DEER FENCE: 78" Woven Wire Deer Fence (14/78/6); Three (3) strands 12-? ga., high tensile, galvanized, electrified wire; set at 8" intervals above the woven wire; In-line wire tighteners on 12 ? ga. wire; Double H braced at corner, end, and gate; Pin-lock Nail on insulators on electrified strands for line posts; End strain insulators on electrified strands for corner & end posts; Contractor to coordinate the wire hook ups on location. SEE ATTACHMENT D-1(B), D-2 AND D-3. ITEM 07: 12-1/2" gauge, High Tensile Wire: High tensile, galvanized, electrified wire; In-line wire tighteners on 12-?" ga. wire. This is for quantities required beyond what is provided by the Government (refer to Section A.3.) There are no drawings available. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK -- The Contractor shall be required to (a) commence work under this contract within 30 calendar days after the date the Contractor receives the purchase order, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 60 calendar days after receipt of the purchase order. The time stated for completion shall include final cleanup of the premises. DELIVERABLES -- The Contractor shall furnish and deliver (F.O.B. Destination) the fencing, components, and documentation to the USDA, ARS, NAA, Appalachian Farming System Research Center (AFSRC), 1224 Airport Road, Beaver, West Virginia, 25813. Delivery shall be between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays. Inspection and Acceptance shall be made at destination. All shipments and documentation shall include the P.O. number. INSTALLATION -- The date and time for installation shall be coordinated by the Contractor with the COR at least 1 week prior to delivery. Installation shall be completed within 60 calendar days after receipt of the purchase order. WARRANTY -- The Contractor shall provide a copy of the standard commercial warranty for each item (as appropriate) with their offer, if none, please state "NONE". The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The Contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. Addenda to FAR Clause 52.212-1 -- 1) Item (b) Submission of Offers, is amended to include the following: Submit your quotation, acknowledgement of amendments (if any), Descriptive Literature, (A.5), Warranties, (A.11), Evaluation Information (D.4), and the Certifications at FAR 52.212-3 to USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. 2) Item (c), Period of acceptance of offers is amended to 60 calendar days. ADDITIONAL QUOTATION INFORMATION -- Telegraphic or facsimile quotations are NOT acceptable. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph(a) of that provision: Technical Capability, Past Performance and Price. Technical Capability and Past Performance shall be scored on a "Pass/Fail" basis. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. ADDENDA TO FAR CLAUSE 52.212-2 -- a) Deletes item D.3(b). b) EVALUATION FACTORS FOR AWARD. The Government intends to make an award based on the technically acceptable offer with the lowest evaluated price. 1) TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on product literature, technical features and warranty provisions and rated on a "Pass/Fail" basis. Each offeror is required to furnish a written statement, descriptive literature, or other documentation, manufacturer or brand name of the item, and show how the offered items and/or product meets or exceeds the requirements as specified in the Specifications. Each offeror is required to furnish a written statement, descriptive literature, or other documentation, manufacturer or brand name of the item, warranty information for each component. Documentation is to be furnished to show how the offered item is in compliance with the statement of work or how it exceeds the statement of work. 2) PAST PERFORMANCE. Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. The offeror's lack of performance history will not result in disqualification, but will result in a neutral past performance rating of "pass". In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a same nature and complexity that the were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Government's Project Officer and Contracting Officer. 2. Contract number, type, and dollar value. 3. Item description. 4. Contract type, period of performance, and price. 5. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3) PRICE. Price includes all equipment, supplies, materials, shipping costs, warranty, installation, and discount terms. The Contracting Officer will make an award based on the technically acceptable, lowest priced offer inclusive of all line items. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. 2. Item (g)-Item (g) Invoice is amended to include the following: (a) The Contractor shall invoice for the exact quantity of supplies used. This may differ from the quantities identified in section A.2. The invoice shall be submitted to the Contracting Officer after installation, inspection/acceptance of all items has been approved by the COR. (b) To constitute a proper invoice, the invoice must include at a minimum the following information: 1. Name of business concern and invoice date; 2. Contract number; 3. Vendor Identification Number; 4. Tax Identification Number; 5.Vendor Express Number; 6. Description, price, and quantity of items actually furnished, delivered and installed; 7.Payment terms; 8.Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. (c) All invoices shall be submitted to: USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 3. Item (o), Warranty -- refer to item above. 4. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/. 52.214-34 -- SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991); 52.214-35 -- SUBMISSION OF OFFERS IN US CURRENCY (APR 1991); 52.219-6 -- NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUL 1996); 52.242-17 -- GOVERNMENT DELAY OF WORK (APR 1984); 52.247-34 -- F.O.B. DESTINATION (NOV 1991). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.219-23, Alt. 1, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns ,52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (APR 1998); 52.225-1 Buy American Act-Balance of Payments Program-Supplies; 52.225-3, Alt. 1, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Responses are due on September 14, 2001 by 3:00 p.m. local time, to the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USDA/ARS/NAAO/26-3615-01/listing.html)
Record
Loren Data Corp. 20010907/56SOL001.HTM (D-248 SN50W7V5)

56 - Construction and Building Materials Index  |  Issue Index |
Created on September 5, 2001 by Loren Data Corp. -- info@ld.com