Oregon Bids > Bid Detail

55--Building Material

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 55 - Lumber, Millwork, Plywood, and Veneer
Opps ID: NBD00159806867123929
Posted Date: Sep 11, 2023
Due Date: Sep 21, 2023
Solicitation No: 70Z04923QATCM0648
Source: https://sam.gov/opp/c40b4e0403...
Follow
55--Building Material
Active
Contract Opportunity
Notice ID
70Z04923QATCM0648
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
TRACEN PETALUMA(00049)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Sep 11, 2023 03:18 pm PDT
  • Original Date Offers Due: Sep 21, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5510 - LUMBER AND RELATED BASIC WOOD MATERIALS
  • NAICS Code:
    • 321912 - Cut Stock, Resawing Lumber, and Planing
  • Place of Performance:
    Warrenton , OR 97146
    USA
Description

1. This is a Combined Synopsis/Solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals and a written solicitation will not be issues.



2. The Solicitation 70Z04923QATCM0648 is issued as a Request for Quotation (RFQ). Submit written offers only, oral offers will not be accepted. This Combined Synopsis/Solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at https://www.sam.gov/SAM/.



3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07. The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov/browse/index/far.



4.This procurement is a Firm Fixed Price and the associated North American Industry Classification System (NAICS), Code is 321912, Cut Stock, Resawing Lumber, and Planing. Product Service Code: 5510.



5. The description requirement for United States Coast Guard Aviation Training Center Mobile’s detached unit, Advanced Helicopter Rescue School, located at Camp Rilea Post Maintenance, 91204 Rilea Oregon Road, Warrenton, OR 97146:



Description of Requirements: The United States Coast Guard Aviation Training Center/Advance Helicopter Rescue School requires the supply of Building Material in accordance with the Statement of Work.



CLIN PART NUMBER DESCRIPTION UNIT OF ISSUE QUANTITY



00001 N/A 2”x6”x20’ Saddle (SQ) Trex Select EA 64



00002 N/A 1”x6”x20’ Saddle (SQ) Trex Select EA 130



00003 N/A Trex Select CM Screws-Saddle (500SFT) EA 3



00004 N/A DELIVERY (if not local) JB 1



6. Service shall start 60 days after the date of the award.



7. All quotes are due by Thursday, September 21, 2023 by 12:00 PST.



All RFQ responses shall be submitted to:



Autumn Carruth, SKC, Autumn.L.Carruth@uscg.mil, (707) 765-7763



Any and all questions regarding this solicitation shall be submitted in writing to:



Autumn Carruth, SKC, Autumn.L.Carruth@uscg.mil, (707) 765-7763



no later than Monday, September 18, 2023 by 12:00 PST.



8. The Government will award a Firm-Fixed Price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered.



Best Value



Award Criteria - An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is Technically Acceptable. An offer is technically acceptable if its technical capabilities conform to the Government's Performance Work Statement or listed specs whichever is applicable to the buy. Offerors understand that the Marketplace ranks all offers by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.



9. 52.252-2 Clauses Incorporated by Reference (Feb 1998).



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far/



The following provisions and clauses apply to this acquisition:



52.212-1, Instructions to Offerors—Commercial Items, applies to this acquisition. Provisions.



52.212-3, Offeror Representations and Certifications—Commercial Items, with



Alternate I, applies to this acquisition. The Offeror shall complete only paragraph (b) of FAR Provision 52.212-3 (with Alternate I) if the Offeror has completed the annual representations and certification electronically via the System for Award



Management (SAM) Website located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of FAR



Provision 52.212-3 (with Alternate I) and submit with their offer. Provisions



52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause



52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2019)



The Contractor shall comply with the following Federal Acquisition Regulation (FAR) Provision and Clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items.



52.204-19 Incorporation by Reference of Representations and Certifications.



4.1202(b) Clause



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.



4.2004 Clause








      1. Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 4.2105(a) Provision

      2. Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 4.2105(b) Clause

      3. Covered Telecommunications Equipment or Services-Representation.







4.2105(c) Provision








      1. Limitation of Government Liability. 16.603-4(b)(2) Clause

      2. Contract Definitization. 16.603-4(b)(3) Clause







52.216-25_Alternate I 16.603-4(b)(3) Clause



52.222-50 Combating Trafficking in Persons. 22.1705(a)(1) Clause



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While



Driving. 23.1105 Clause



52.225-13 Restrictions on Certain Foreign Purchases. 25.1103 Clause



52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications. 25.1103(e) Provision



52.232-39 Unenforceability of Unauthorized Obligations. 32.706-3 Clause 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.



32.009-2 Clause



52.233-3 Protest after Award. 33.106(b) Clause



52.233-3_Alternate I 33.106(b) Clause



52.233-4 Applicable Law for Breach of Contract Claim. 33.215(b) Clause 52.244-6 Subcontracts for Commercial Items. 44.403 Clause



10. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND



Invoicing Instructions:



(a) Each invoice shall contain the following information:










        1. Contract Number:

        2. Name of the Contract Specialist, Contracting Officer, and COR

        3. Invoice Routing Code (IRC) provided in paragraph (b) below.

        4. Annotate on the invoice indicating that the contractor represents a Small Business for accelerated payment purposes

        5. Unique Entity Identifier (UEI) number

        6. Information regarding payment

        7. The CLIN being billed against









(b) The final invoice must be submitted via IPP:



(1) Invoice Processing Platform (IPP) at https://www.ipp.gov/. IPP is a secure web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis (FRSTL). IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency.



(2) If you are already enrolled in IPP:

If your company is already registered to use IPP, you will not be required to re-register and you do not need to contact IPP.



If you are NOT already enrolled in IPP:

The point of contact you provided in your SAM.gov registration will receive two emails from ipp.noreply@mail.eroc.twai.gov. Please note that emails from this email address may filter into your spam or junk folder:




  1. The first email will have the IPP Logon ID and a link to the IPP application.




  1. A second email, which will be sent within 24 hours of the first email, contains a temporary password.



Once your contact receives these emails, please ensure they log into IPP and complete the registration process.



Once registered to use IPP, your company may submit invoices electronically, receive e-mail notifications when requests are paid, view payment history, and access remittance downloads. The e-mail notification of payment is sent when a payment is distributed to your bank account and may include the following payment information: Date of payment, dollar amount, invoice number, paying agency, payee name, and ACH trace number.



Vendor training materials, including a first time login tutorial, are available on the https://www.ipp.gov/ website. Once you have logged in to the IPP application, you will have access to user guides that provide step-by-step instructions for all IPP capabilities, ranging from creating and submitting an invoice to setting up email notifications. Live webinars are held monthly and provide a great opportunity to learn the basic of the system and to call in and ask the IPP team questions about the IPP application.



IPP Customer Support is available to assist users of the system and can answer your questions related to accessing IPP or completing the registration process.



Toll-free number: 866-973-3131



Email address: IPPCustomerSupport@fiscal.treasury.gov



(c) To facilitate processing, all proper invoices and any supporting information submitted electronically using the FINCEN web based invoice submission capability must be submitted as a single Adobe .pdf formatted file, or as otherwise specified in the contract.



(d) It is MANDATORY that a copy of the invoice, and all supporting documentation, shall also be e-mailed to the Contract Specialist and the COR regardless of what submission method is used. When emailing the invoices to the Contract Specialist and COR, both must be included on the same email. Failure to follow this step will result in immediate rejection of the invoice.



(e) In accordance with the Prompt Payment Act, for the purposes of determining a payment due date and the date on which interest will begin to accrue if a payment is late, a proper invoice shall be deemed to have been received:



(1) On the later of:



(i) For invoices electronically transmitted by the contractor via web based submission, the date a transmission is received by the designated billing office, and receipt confirmation is provided to the designated recipient; or



(ii) The seventh day after the date on which the property is actually delivered or performance of the services is actually completed; unless—



a) The agency has actually accepted the property or services before the seventh day in which case the acceptance date shall substitute for the seventh day after the delivery date; or



b) A longer acceptance period is specified in the contract, in which case the date of actual acceptance or the date on which such longer acceptance period ends shall substitute for the seventh day after the delivery date;



(2) On the date placed on the invoice by the contractor, when the agency fails to annotate the invoice with date of receipt of the invoice at the time of receipt (such invoice must be a proper invoice); or



(3) On the date of delivery, when the contract specifies that the delivery ticket may serve as an invoice.



(f) The last invoice submitted for this award shall be clearly labeled, “FINAL INVOICE.”



(g) All invoices must clearly delineate which CLINs are being invoiced for.



(h) All invoices must be sent to the correct IRC.



(i) Failure to follow any of these instructions shall result in the invoice being rejected.



The Government reserves the right to cancel this solicitation at any time.


Attachments/Links
Contact Information
Contracting Office Address
  • 599 TOMALES ROAD, BUILDING 165
  • PETALUMA , CA 94952
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 11, 2023 03:18 pm PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >