Federal Bid

Last Updated on 29 Aug 2009 at 8 AM
Combined Synopsis/Solicitation
Kalaupapa Hawaii

56--Furnish and deliver building supplies to Kaunakakai, Molokai, Hawaii 96748 marked for Kalaupapa National Historical Park, Kalaupapa, Hawaii

Solicitation ID Q8896080019
Posted Date 29 Aug 2008 at 11 PM
Archive Date 29 Aug 2009 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 Kalaupapa Hawaii United states 96742
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number Q8896080019 is issued as a Request for Quotation (RFQ) for building supplies to be delivered to Kaunakakai Harbor, Molokai, Hawaii, 96748, marked for Kalaupapa National Historical Park, Kalaupapa, Hawaii, 96742. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 dated June 12, 2008 and are available in full text through internet access at http://acquistion.gov/far/index.htm1. This acquisition is conducted under a Small Business Set-aside. To be considered, responsive offerors must be registered as a Small business within the Central Contractor Registration (CCR) database and On-line Representations and Certifications Application (ORCA) database. REGISTRATIONS: Offerors must have and/or maintain an active registration with the Central Contractor Registration (CCR) website to be eligible for a Government contract award. To register a firm in the CCR system, visit http://www.bpn.gov or call 888-227-2423. To register a firm in the ORCA system, visit http://www.bpn.gov. The North American Standard Industrial Classification System code is 423390 and the small business size standard is 100 employees. The Contractor shall furnish and deliver the following lumber supplies; (1) - Douglas fir, Clear/C & BTR, No Wane, HI-Bore, rough sawn, Kiln Dried 10%-20% moisture content, net size=1/8 inch. (a) 1 inch X 3 inch X 16 ft. 50 each - $_____________/each $ ________________/total; (b) 1 inch X 6 inch X 10 ft. 50 each -$ _____________/each $_______________/total (c) 1 inch X 8 inch X 10 ft. 75 each - $_____________/each $________________/total (d) 1 inch X 12 inch X 10 ft. 50 each - $____________/each $_________________/total (e) 1 inch X 12 inch X 16 ft. 30 each -$_____________/each $________________/total (f) 2 inch X 4 inch X 16 ft. 50 each - $______________/each $_______________/total (g) 2 inch X 4 inch X 18 ft. 50 each - $______________/each $_______________/total (h) 2 inch X 4 inch X 20 ft. 50 each - $______________/each $_______________/total (i) 2 inch X 6 inch X 16 ft. 10 each - $______________/each $_______________/total (j) 2 inch X 8 inch X 16 ft. 20 each - $______________/each $_______________/total (k) 4 inch X 4 inch X 16 ft. 20 each - $______________/each $_______________/total. (2) - Nominal S4S standard/structural #2/BTR, Hi-Bore treated, Kiln Dried 10%-20% moisture contect (a) 2 inch X 4 inch X 16 ft. 200 each - $_____________/each $_______________/total (b) 2 inch X 4 inch X 20 ft. 100 each - $____________/each $_______________/total (c) 2 inch X 4 inch X 24 ft. 100 each - $______________/each $______________/total (d) 8 inch X 8 inch X 12 ft. 8 each - $_______________/each $______________ /total. (3) - Tongue & Groove Surfaced Lumber, Net Size, C/BTR KD, No Wane Clear/Treated - Kiln Dried 10%-20% moisture content; V-groove on suface face only, total width of V-groove is 1/4 inch(a) - 3/4 inch X 5-1/4 inch X 16 ft., S1S, 100 each - $___________/each $________/total (b) - 3/4 inch X 5-1/4 inch X 16 ft., S2S, 100 each - $__________/each $________/total (c) - 3/4 inch X 5-1/8 inch X 16 ft., S1S, V-Groove w/center V-Groove, 100 each $_______________/each $__________________/total (d) - 3/4 inch X 5-1/8 inch X 16 ft., S2S, V-Groove w/center V-Groove, 50 each - $__________________/each $__________________/total(e) - 3/4 inch X 5-1/8 inch X 16 ft, S1S, V-Groove, 100 each - $_______________/each, $________________/total (f) - 3/4 inch X 5-1/8 inch X 16 ft., S2S, V-Groove, 50 each - $___________/each $___________________/total. (4) - Plywood (a) - 1/2 inch plywood AC (treated), 10 each - $______________/each $_________/total, (b) - 3/4 inch plywood CDX (Clear Treated), 20 each -$_____________________/each $_______________________/total (c) - 3/4 inch plywood AC (Untreated), 10 each - $__________________/each $____________________/total. (5) - Finishing Lumber, A-Select, Nominal S4S, Untreated, Kiln Dried 10%-20% moisture content, No wane, Nominal (a) - 1 inch X 6 inch X 16 ft., 20 each $_______________/each $______________/total (b) - 1 inch X 8 inch X 16 ft., 20 each $_______________/each $______________/total(c) - 1 inch X 10 inch X 16 ft., 20 each $______________/each _______________/total (d) - 1 inch X 12 inch X 12 ft., 20 each $____________/each $________________/total. (6)- Gluelam Beam (Treated), (a) 5-1/2 inch X 12 inch X 40 ft., 2 each $____________/each $_____________/total, (b) 5-1/2 inch X 13-1/2 inch X 40 ft., 2 each $___________/each $____________/total. ALL LUMBER MATERIAL SHALL BE PALLETIZED WITH A MAXIMUM LOAD OF 700 LBS. PER PALLET. SOLICITATION/CLAUSES INCORPORATED: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS: 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include (a) price (b) past performance supported by documentation and three references. Past performance shall be equal to price in importance;52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.212-3 must be submitted with the quote/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 EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including the following clauses, as cited in clause 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.219-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15 and 52.232-29.52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration;52.233-3 - Protests after award; and, the following paragraph (b) clauses added; QUOTES ARE DUE for this combined synopsis/solicitation on September 15, 2008, 4:00PM Hawaii Standard time and shall be mailed to Hawaii Volcanoes National Park, P.O. Box 52, Hawaii National Park, Hawaii 96718-0052, Attn: Traudel Haney, Contracting Officer. Facsimile quotations are acceptable with all required documentation; No oral quotations will be accepted. Quotes must furnish the company name, DUNS number, TIN number, address, phone and fax number, email address if available, and official point of contact. All quotes must be manually signed by authorized company official. The Government reserves the right to cancel this solicitation. All questions regarding this solicitation should be faxed to Traudel L. Haney, 808-985-6007 or emailed to [email protected]. END OF COMBINED SYNOPSIS SOLICITATION
Bid Protests Not Available

Similar Opportunities

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES FOR STRUCTURAL AND GREEN SPACE REDEVELOPMENT AT CITY HALL PARKING DECK Documents will be available starting on 6/16/2025 electronically from [email protected] The City of Holyoke is soliciting sealed proposals from qualified professional engineering and design consulting firms to provide comprehensive services related to the demolition of the City Hall Parking Deck and redevelopment of the site into a landscaped green space or public park. This project will implement "Alternative 3" as identified in the Conditions Assessment Report prepared by Tighe & Bond in February 2025 (Attachment A). The selected firm will deliver services spanning site evaluation, schematic design, final design, permitting, cost estimating, bidding, hazardous materials coordination, and construction supervision. This is a fee-based contract, and proposals will be evaluated based on qualifications, project approach, and cost. Scope of Services is to include but not limited to; Existing Conditions and Site Evaluation, Schematic and Final Design, Permitting & Documentation, Bidding Assistance, Construction Phase Services. 6/25/2025 Pre-Response Site Visit & Meeting (10:00 AM) at City Hall Parking Deck, 536 Dwight Street, Holyoke, MA 01040 (Not Mandatory). Proposals must be submitted in 2 separate envelopes, one clearly marked "technical proposal RFP 2025-44DPW" and one clearly marked "Price Proposal" . Proposals will be accepted until July 22, 2025 @ 2PM. Which will then be reviewed by a committee for the most Advantageous Proposal. The city reserves the right to reject any and all proposals. No electronic submissions allowed.
Holyoke Massachusetts 22 Jul 2025 at 6 PM
Oklahoma 30 Jul 2025 at 4 AM (estimated)
Oklahoma 30 Jul 2025 at 4 AM (estimated)