Combine Solicitation – Tioga Style Pre-Cast Concrete Vault Toilet Bldg
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Tioga Style Pre-Cast Concrete Vault Toilet Bldg
Classification Code: 54 - Prefabricated structures and scaffolding
Solicitation Number: AG-82BH-S-14-0056
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance Country: US
Description:
R-
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated
Pike & San Isabel National Forests intends to award a firm fixed-price contract IAW FAR 52.216-1 Type of Contract, for the delivery, installation and setting of a pre-cast concrete double vault toilet building. NAICS code for this procurement is 327390, Other Concrete Product Manufacturing and the small business size standard is 500 employees.
This is a brand name or equal procurement. The referenced brand names are not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for "equal" item to be acceptable for award by the Government.
CLN 1: One; Double vault Tioga Special without chase, style concrete toilet building including delivery, excavation, vault installation and setting of building; to include: solar light kit, customer supplied lock (FS will supply
DESCRIPTION OF WORK This project consists of providing one commercially available pre-cast concrete toilet building with delivery, installation, including construction activities at the
The contractor will furnish all management, labor, equipment, supervision, tools, materials, transportation, operating supplies, and incidentals necessary to perform the work in accordance with the specifications and provisions of the purchase order.
Offerors shall include prices, a complete description of the item being provided and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement.
Specifications-See attached
System for Award Management (SAM) (FAR 52.212-4 (t)), the offeror must be registered in the SAM database, https://www.sam.gov. Information can be found at https://www.acquisition.gov. A DUNS (Duns and Bradstreet) number is required in order to register. An offeror may obtain a DUNS number at http://fedgov.dnb.com/webform or 866-705-5711
FAR 52.212-1 Instructions to Offerors-Commercial Items (
FAR 52.212-2 Evaluation-Commercial Items. Award will be made on the basis of lowest priced, technically acceptable offer.
FAR 52.252-2
Clauses that begin with 452; reference the Agricultural Acquisition Regulations (AGAR): http://www.usda.gov/procurement/policy/agar.html
52.204-13 System for Award Management Maintenance. (
Offerors must be registered and completed the Reps/Certs section in SAM. Offerors who fail to submit a complete package will not be considered for award.
RESPONSE TIME: Request for Quots will be accepted NO LATER THAN
POC for this solicitation is
Link/URL: https://www.fbo.gov/spg/USDA/FS/82X9/AG-82BH-S-14-0056/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 1171 |
Plans for southwest Santa Rosa Kaiser campus move ahead
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News