California Bids > Bid Detail

Campground Furniture

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159610034127964
Posted Date: Jan 27, 2023
Due Date: Feb 3, 2023
Solicitation No: 12970223Q0029
Source: https://sam.gov/opp/1d72dd4d18...
Follow
Campground Furniture
Active
Contract Opportunity
Notice ID
12970223Q0029
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA FOREST SERVICE-SPOC SW
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 27, 2023 02:20 pm EST
  • Original Published Date: Jan 27, 2023 01:49 pm EST
  • Updated Date Offers Due: Feb 03, 2023 04:00 pm EST
  • Original Date Offers Due: Feb 03, 2023 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 18, 2023
  • Original Inactive Date: Feb 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7195 - MISCELLANEOUS FURNITURE AND FIXTURES
  • NAICS Code:
    • 337126 - Household Furniture (except Wood and Upholstered) Manufacturing
  • Place of Performance:
    Weaverville , CA 96093
    USA
Description

Please see attached SF 1449 for details.



Combined Synopsis/Solicitation- McFarland Campground Furniture



This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, which applies to this acquisition.





Competitive quotes are being requested under Request for Quote (RFQ) Number 12970223Q0029. The North American Industry Classification System (NAICS) code applicable to this acquisition is 337126, Household Furniture (except Wood and Upholstered) and the small business size standard is 750 employees. This procurement is a Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award.



Description of Requirements



The Government is seeking to acquire campground furniture in accordance with Section 19 of the SF 1449. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed in Section 19 of the 1449. The Government will not consider quotes or offers for partial items or quantities.



The expected delivery date is 30 Days After Receipt of Award. The Government is seeking Free on Board (FOB) Destination pricing to the shipping address listed in Section 15 of the 1449.



OFFEROR INSTRUCTIONS



The Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the “Evaluation Factors for Award” Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is “None” or “Not applicable,” explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following:



General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services, applies to this acquisition. Offerors must include a completed copy of this provision with offer



Technical Documentation:



Technical Approach or Specifications: The quote must address and meet the requirements/specifications as defined under Technical Factor I below.



Sustainable Acquisitions Information and Certification:



The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government’s environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR Part 23, sustainable acquisition policies apply to both contracts for products and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs.



Price Quote: Submit complete pricing for each individual item listed in the “description of requirements” Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($).



Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price.



Evaluation Factors for Award:



Basis for Award: The Government intends to award a contract to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical Factor(s) and price will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds.



Factor I – Technical: The Government will evaluate the quote and verify if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above:



All quoted items must match the salient characteristics listed in the item descriptions of each Item in Section 19 of the 1449 ( e.g., ADA Complaint, etc). Explicitly stated the nature in which the quote items are an exact match of the requested items.



Factor II – Price: The Government will evaluate the total price to determine if it is fair and reasonable and the lowest price technically acceptable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above.



DUE DATE AND SUBMISSION INFORMATION



Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and UEI Codes.



RFQ Due Date and Submission Requirements: This RFQ closes on February 3rd, 2023, 4:00 PM, Eastern Time. Quotes must be uploaded on the sam.gov website. E-mail quotes or offers will not be accepted and late quotes will not be accepted.



Government RFQ Point of Contract: The point of contact for this solicitation is Name of Veronica Beck at veronica.beck@usda.gov. Reference RFQ# 12970223Q0029 on all email exchanges regarding this acquisition.


Attachments/Links
Contact Information
Contracting Office Address
  • SPOC Southwest 1400 INDEPENDENCE AVE SW, MS-1138
  • Washington , DC 20250
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >