Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2008 FBO #2433
SOLICITATION NOTICE

56 -- Modification. Statement of Work Attached

Notice Date
7/23/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
Q8610080005
 
Response Due
8/14/2008
 
Archive Date
7/23/2009
 
Point of Contact
Deborah J. Cimmer Contract Specialist 9287741362 Deborah_cimmer@nps.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
VISITOR CENTER DOOR RETROFIT (A) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, and the use of Simplified Acquisition Test Program procedures as authorized by FAR 13.500, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are hereby being requested and a separate written solicitation will not be issued. Prospective offerors desiring to conduct business with DOI, download a copy of the solicitation, and wishing to receive electronic notification of changes are required to register their company with the National Business Center (NBC) web site, at http://ideasec.nbc.gov. Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the website (http://ideasec.nbc.gov) for all information relevant to this solicitation. Therefore, it is the offeror's responsibility to periodically check the website for any amendments to the solicitation. No other notifications will be sent. Paper copies of this solicitation will not be made available and telephone requests or fax requests for this solicitation will not be accepted. In addition to registering at the NBC website offers are required to register with the Central Contractors Register (CCR) on the internet at http://www.ccr.gov, and shall be required to input annual representations and certifications at https://orca.bpn.gov. This is a best value procurement, award will be made based on price, and price related factors. The Government will not accept an offer for award based on superior capability without concern for the price of the offer. Offerors are advised an award may be made without discussion or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most favorable terms from price, schedule, and technical standpoint. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. Non-Price factors are approximately equal to cost or price. Factors include, but may not be limited to: project management, demonstrated abilities in work required, and past performance. NOTE: Due to formatting controlled upon submission by Fed Biz Ops, the original formatting of this document may become distorted or difficult to read. This announcement may be requested in Microsoft Word format by contacting Deborah Cimmer via e-mail. (B) The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror whose proposal provides the best value to the Government. (C) The proposed contract is being set aside for small business concerns. All responsible businesses may submit a proposal which shall be considered by the National Park Service (NPS). (D) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. (E) Solicitation # R8610080005. This solicitation is issued as a Request for Quote. (F) NAICS code: 238990 (G) SITE VISIT: Scheduled for July 30, 2008 @ 10:00 MST (H) Technical queries can be directed to Mr. Larry Stewart at (520) 723.3172 x22 STATEMENT OF WORK Introduction. Contractor will furnish and install three sets of double Stanley Magic Access Low Energy Swinging Doors with three push plates or sensors on Visitor Center doors. These include front entrance doors, rear doors to resource trail, and entry doors to enclosed interpretive garden and seating area. Doors are designed to permit operation by one person in a single motion with little effort. 1. TECHNICAL REQUIREMENTS Contractor shall provide all labor, materials, supplies, and tools to perform the following work, at its sole cost and expense: Provide and install doors at three sites at the Visitor Center Building. Work Products 1.Review with COR, any substrate found to be damaged and in need of replacement. The cost of replacement is not included in this contract, but shall be discussed based on need.2.Supply all safety equipment necessary during course of construction.3.All Subsequent correspondence will include the project purchase order number and project number.4.Contractor shall conform to all current Uniform Building Codes, OSHA & Environmental Regulations, Casa Grande Ruins National Monument construction policies and Compliance Regulations.5.Contractor shall submit to the COR a copy of: schedule of operations while construction is taking place. 6.Contractor shall remove and dispose of all materials of waste and debris in a registered landfill outside of Grand Canyon National Park in accordance with all applicable laws. Contractor shall provide the COR with all documentation related to the transportation and disposal of the waste and debris.7.All lodging shall be the responsibility of the contractor.8.Contractor shall furnish any 'as built' drawings showing any deviations from the drawings. 2. PERFORMANCE 1. Place of performance: All work described shall take place at Casa Grande Ruins National Monument, located at 1100 Ruins Drive, Coolidge, AZ 852282. Period of performance: All work described shall be completed within 30 calendar days from the issuance of notice to proceed. *********************End of Statement of Work***************************** (H) Provisions and clauses noted below apply to this acquisition and may be accessed at http://www.arnet.gov/far. Provision 52.212-1, Instructions to Offerors-CommercialProvision 52.212-2, Evaluation-Commercial ItemsProvision 52.212-3, Offeror Representation and Certifications52.212-4, Contract Terms and Conditions - Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items52.237-3, Continuity of Services52.252-02 Clauses Incorporated by Reference (see below)1452.228-170 Liability Insurance (See below in full text)52.232-18 Availability of Funds (see below in full text)52.252-2 Clauses Incorporated by Reference. 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/these address(es): http://www.arnet.gov/far1452.228-70 Liability InsuranceLIABILITY INSURANCE -- DEPARTMENT OF THE INTERIOR (JUL 1996)(a)The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $100,000 Employer liability $500,000 General liability Automobile Liability$200,000 Per person $500,000 Per occurrence for bodily injury$ 20,000 Per occurrence for property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. (I) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; proposals shall contain the following: a) contractor provided information that responds to the non-price evaluation factors noted in section J below; b) price proposal for contract lines noted in paragraph G above; c) completion of provision 52.212-3 as noted by paragraph K below; d) acknowledgement of any solicitation amendments. (J) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. EVALUATION FACTORS: Selection will be based on price and non-price factors to the Offeror offering the Best Value to the Government. For this procurement, non-price factors are considered to be significantly more important than price. Non-price factors to be considered are: (1) Prior Experience, and (2) Past Performance, which are considered to be equal in relevance. 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 offerors past performance, and / or references obtained from any other source. Offerors shall provide a list of three to five past contracts / projects, completed within the last three to five years, which they consider similar in nature.Please provide a list of references who can discuss your company's ability to produce this type of work. (K) Offerors shall complete and return with their proposal a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items unless they are registered in ORCA. (L) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (M) 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: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42 (See below in full text), 52.222-43, 52.225-1, 52.225-13, and 52.232-33. (N) Offerors shall preferably e-mail their proposal to Deborah Cimmer at deborah_cimmer@nps.gov. Other acceptable methods of submission are mail, or courier delivery. All deliveries should be made to National Park Service, 12795 1824 S. Thompson Ave., Flagstaff, AZ 86001, Attn: Deborah Cimmer. All proposals, regardless of method of submission, shall be submitted to insure arrival by 2:00 pm local time, Flagstaff, Arizona, August 14, 2008. (O) For information regarding this solicitation contact: Deborah J. Cimmer at 928.774.1362 In addition to the proposal, each offeror shall provide information that responds to the non-price evaluation factors, including past performance references as noted in paragraph J above, submission of Representation and Certification information as requested in paragraph K above, and all information requested under the Prior Experience heading above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=536680357812ffd89d1fc8a5a1f94e1b&tab=core&_cview=1)
 
Record
SN01621023-W 20080725/080723222749-536680357812ffd89d1fc8a5a1f94e1b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.