SOLICITATION NOTICE
56 -- Lumber for Dock Maintenance
- Notice Date
- 6/5/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG 12795 W. Alameda Pkwy. Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- Q1320061176
- Response Due
- 6/21/2006
- Archive Date
- 6/5/2007
- Small Business Set-Aside
- Total Small Business
- Description
- (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are hereby being requested and a separate written solicitation will not be issued. (2) The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter whose quotation provides the best value to the Government. (3) The proposed contract is 100% set-aside for Small business concerns. All responsible Small businesses may submit a quotation which shall be considered by the National Park Service (NPS). (4) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (5) Solicitation #:Q1320061176. This solicitation is issued as a Request for Quote. (6) NAICS code: 423310; Small business size standard 100 employees. (7) Contract line items as follows: 2x4x10, 1 bunk, 1,286.00 Board Feet (bf) 2x4x12, 2 bunks, 3,072.00 bf 2x4x14, 2 bunks, 3,610.00 bf 2x6x12, 15 bunks, 23,040.00 bf 2x6x8, 1 bunk, 1,027.00 bf 2x8x8, 1 bunk, 1,027.00 bf 2x8x12, 2 bunks, 3,072.00 bf 2x8x14, 1 bunk, 1,795.00 bf 2x10x8, 1 bunk, 1,072.00 bf 2x10x10, 2 bunks, 2,672.00 bf 2x10x12, 2 bunks, 3,200.00 bf 2x10x14, 1bunk, 1,872.00 bf Freight: FOB destination: Bighorn National Recreation Area, Fort Smith, Montana 59035 Specifications: The lumber material will be used to replace dock structural stringer boards, deck boards, side waler boards, and boat bow bumper boards on boat docks, floating platforms, and for other applications on other marine structures located on a freshwater lake reservoir. The lumber will not be used in a submerged application, however the lumber will be subject to intermittent inundation from wave action. The lumber will be exposed to exterior conditions and not protected or covered or enclosed. It will be subject to a wide range of weather and temperature cycles. Normal humidity under dry conditions is as low as 9 to 15 percent and under wet conditions as high as 100 percent. These moisture conditions are encountered between temperatures of minus 30 degrees and 110 degrees Fahrenheit. The following requirement items shall be used to evaluate the submitted quotations. (A). All of the dimensional lumber listed above shall be minimum quality number 1 grade southern yellow pine, pressure treated with a wood preservative to protect the lumber from wood destroying insects, decay, rot, mold, and mildew. (B). The preservative shall be labeled by the EPA, for the applications as stated in the above description. (C). The preservative shall be made from materials such as disodium octaborate tetrahydrate borates, with polymer binders to stabilize leaching of the preservative in exterior applications, or shall not contain arsenicals or heavy metals. (D). The preservative shall be the least toxic to human exposure or the environment. It shall be safe for long term exposure for working with the lumber, sitting, walking, or eating on the treated lumber. It shall be the safest for direct or indirect contact with drinking water. (E). There shall be no special requirements for lumber scrap disposal, sawdust waste, or other product disposal. (F). The wood preservative shall cause no effect or the least adverse effect on the wood strength or elasticity. (G). The minimum preservative retention level in the lumber, after pressure treatment, shall be 0.25 lbs. / cu.ft., in accordance with the applicable AWPA commodity standard. (H). Provide the applicable AWPA standards that the product being proposed for this solicitaton is approved for use; such as C2,C3,C9,C18, and the preservative retention level. (I). The lumber shall be the least corrosive for direct contact with standard galvanized steel or aluminum metal. The wood preservative shall be the least corrosive to fasteners and hardware and shall only need standard G60 or G90 fasteners, not more expensive galvanized, alloy, ceramic, etc., or stainless steel fasteners. (J). Quotation for all requested items. (K). Quotation for shipping all of the finished dimensional pressure preservative lumber materials to Bighorn Canyon, Ft. Smith, Mt. (L). Minimum 20 year product warranty from decay. Provide sufficient adequate product data sheets, manufacturers warranties, copies of labels or certifications, or other information that can be used to fairly compare and evaluate your quotation for this offer. Failure to supply adequate information will be considered as non-responsive to this offer, and the offer may be rejected. (8) Provisions and clauses noted below may be accessed at http://www.arnet.gov/far. (9) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the non-price evaluation factors noted in paragraph 11 below; b) price proposal for contract lines noted in paragraph 7 above; c) completion of provision 52.212-3 as noted by paragraph 11 below; d) acknowledgement of any solicitation amendments. (10) Quoters shall e-mail their quotations to Joe Gatlin at joseph_gatlin@nps.gov. Quote shall be submitted to insure arrival at the e-mail address noted by 2:00 pm local time, Lakewood, Colorado, Wednesday, June 21, 2006. The anticipated award date is on or about Friday, July 7, 2006. (11) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of this provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: a) technical capability of the item offered to meet the Government requirement (see Specifications), b) past performance. Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of quoters past performance, and / or references obtained from any other source. Quoters shall provide a list of five past contracts / projects, completed within the last three years, which they consider similar in nature. (12) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (13) The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 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, 52.232-29. (14) For information regarding this solicitation contact: Joe Gatlin at joseph_gatlin@nps.gov or 303-969-2660. (15) Delivery Schedule & Contract Period: The contractor shall deliver all contract line items complete within 30 days from the date of award. (16) Description of the requirement and place of delivery & acceptance: A) DESCRIPTION The work consists of furnishing and delivering all items as listed above per the specifications stated. All items shall be delivered FOB Destination to Bighorn Canyon National Recreation area, FT. Smith, Montana. B) LOCATION The contractor shall coordinate with the Park contact person and deliver all items to Bighorn Canyon National Recreation Area, Ft. Smith, Montana 59035. A contact person will be provided to the awarded vendor at the time of award. Bighorn Canyon personnel will unload the delivered materials with park provided equipment. C) PARK REQUIREMENTS - The contractor shall determine and adhere to road way use regulations for all roads between the manufacturer's plant and the delivery site. - Any load permits or requirements that may be necessary will be the responsibility of the awarded vendor. D) SUBMITTALS none required. E) MEASUREMENT AND PAYMENT The measurement for the lumber materials will be the exact quantities as specified per the awarded order. Payment will be made per the awarded item prices.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2169047)
- Place of Performance
- Address: Big Horn Canyon National Recreation Area Fort Smith, Montana 59035
- Zip Code: 59035
- Country: USA
- Zip Code: 59035
- Record
- SN01062751-W 20060607/060605221642 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |