Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOLICITATION NOTICE

71 -- HAVO FEE OFFICE SAFE

Notice Date
3/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - HAVO Hawaii Volcanoes NP PO Box 52/One Crater Rim Drive Hawaii National Park HI 96718
 
ZIP Code
96718
 
Solicitation Number
Q8302091013
 
Response Due
4/6/2009
 
Archive Date
3/4/2010
 
Point of Contact
Traudel L. Haney Supervisory CS/MABO Lead 8089856007 trudy_haney@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 dated 02/17/2009. THIS ACQUISITION IS CONDUCTED UNDER A TOTAL SMALL BUSINESS SET-ASIDE. This solicitation is set aside for Small Business Concerns and the North American Industry Classification Systems (NAICS) code is 423420. The Size Standard is 100 employees. Quoters shall e-mail and/or fax their quotations to Traudel L.Haney at trudy_haney@nps.gov, FAX 808-985-6107. Quotes shall be submitted so as to insure arrival by 2:00 pm Hawaii Standard Time, Monday, April 6, 2009. Address questions regarding this solicitation to Traudel L. Haney, via email only- reference in the subject line (Solicitation No. Q8302091013 HAVO FEE SAFE) trudy_haney@nps.gov The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is Q8302091013 and is issued as a Request for Quotation (RFQ). This is a supply procurement. This solicitation document incorporates provisions and clauses in effect through FAC 2005-30 dated 17 Feb 2009. The provision at 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition.The provision at 52.212-3, Offeror Reps and Certs - Commercial Items, applies to this acquisition.The provision at 52.212-4, Contract Terms and Conditions for Commercial Items, applies to this acquisition.FAR Clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-3 Convict Labor; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.223-5 Pollution Prevention & Right to know; FAR 52.225-13 Restriction on Certain foreign Purchases; FAR52.232-33 Payment by Electronic Funds Transfer-Central contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of government Buildings, Equipment, and Vegetation. FAR 52.215-5 FACSIMILE Proposal WILL BE accepted at fax #808-985-6107. It is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of quotes. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (a) 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. The following factors shall be used to evaluate offers: 1)Price2)Past Performance Past perforamce will be evaluated based on the following sub-factors listed in descending order of importance:a) Timeliness of Performanceb) Quality of Workc) Business Relations Contractor shall provide a minimum of three references with name of company, point of contact, and phone number for past performance.Award will be made to the offeror whose quote represents the best value to the Government, price and past performance combined, each being equal in importance. INVOICES: Contractor shall submit monthly invoices to:Hawaii Volcanoes National ParkAttn: Claudette MorenoP.O. Box 52Hawaii National Park, HI 96718 All invoices shall include the Purchase Order number, Service Dates (e.i.;Jan 1 thru Jan 30, 2009) and Due Dates. Please email trudy_haney@nps.gov for the additional specification/dimensions and this will be provided per your request. Fee OfficeHawaii Volcanoes National ParkPO Box 52Hawaii National Park HI 96718 The safe is to be delivered to the address above or, to the dock in Hilo, Hawaii 96720. Please give price based on both possiblities. The safe shall be rated T130. There shall be integrated interior compartments, per the preliminary interior schematic. The compartments shall be constructed of steel. The lower section will have two columns of 6 compartments each. InteriorDimensions for each compartment 5inches" tall x 12 inches" wide x 21" inches deep. The upper section will have two columns of 7 compartments each.The bottom compartment in each column will have dimensions of 10 inches" tall x 12 inches" wide x 12 inches" deep. The right-hand, lowermost compartment will be a slotted drop box. The slot should be near the top of the door and should have a lip protruding to slot. The slot should measure 3 inches tall by 10 inches wide. Interior dimensions for each of the other 12 compartments in the upper section: 4 inches tall x 12 inches wide x 12 inches deep. The upper and lower units should be joined together, flush to the back of the safe. All compartments should have a door that locks with a key. Doors should be hinged on the right. We would like one master key for all compartments, as well as different individual keys for each compartment. Total Price $ _______________________________. Important Note: The successful Contractor must be registered at www.ccr.gov (Central Contractor Registry) in order for award to be made. The Government reserves the right to cancel this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e5f0cc5ed255fcd46a31c95097b652ee&tab=core&_cview=1)
 
Place of Performance
Address: Hawaii National Park, Hawaii<br />
Zip Code: 967180052<br />
 
Record
SN01761196-W 20090306/090304215318-e5f0cc5ed255fcd46a31c95097b652ee (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.