Federal Bid

Last Updated on 18 Aug 2011 at 8 AM
Combined Synopsis/Solicitation
Yellowstone national park Wyoming

Cedar Shingles for Yellowstone National Park

Solicitation ID Q1574101024
Posted Date 27 Jul 2010 at 4 PM
Archive Date 18 Aug 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dsc Contracting Services Division
Agency Department Of Interior The
Location Yellowstone national park Wyoming United states 82190
This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1573103008. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-44 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 562910 and the small business size standard is $14.0 million dollars. QUOTES ARE DUE for this combined synopsis/solicitation on August 9, 2010 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Big Horn Canyon National Recreation Area, 20 Highway 14A East, Lovell, WY 82431, ATTN Andrea Brew. Faxed or emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-548-7826 or emailed to [email protected]. All questions regarding this solicitation should be faxed or emailed to [email protected]. Yellowstone National Park requires 60 squares of cedar shingles. Quoted price should include delivery to the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park, WY 82190. The following is a description of the requirements: 60 squares - Cedar Shingles Price Per Square $___________ Number 1 Blue Label ShinglesRoyal - 24 inch long by 6 inch wide (+/- " will be accepted)Shingles must be smooth sawn and architecturally uniformAll Shingles will be for a roof, no ridge or started shingles neededNo color preferenceNo treatment needed Shingles must conform to Cedar Shake and Shingle Bureau - 97 grading rules 60 SQUARES $______________________ DELIVERY CHARGE $______________________ TOTAL AMOUNT $______________________ Business Name: _____________________________ DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:___________________________________________ Offeror Name: ________________________________Date:___________________ Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
Bid Protests Not Available

Similar Past Bids

Yellowstone national park Wyoming 21 Jan 2010 at 6 PM
Yellowstone national park Wyoming 05 Jun 2015 at 9 PM
Location Unknown 06 May 2021 at 8 PM
New york Not Specified
Location Unknown 23 Mar 2016 at 6 AM