Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2009 FBO #2741
SOLICITATION NOTICE

83 -- Provide Teepee and accessoriesP

Notice Date
5/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
Q142009A127
 
Response Due
6/8/2009
 
Archive Date
5/27/2010
 
Point of Contact
Robin D Anderson Procurement Tech 3039692303 Robin_anderson@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
FOLA TIPINational Park ServiceDenver Major Acquisitions Buying Office (MABO)Lakewood, Colorado 8022805/27/2009 REQUEST FOR QUOTATION NUMBER (RFQ): Q142009A127 (1) GENERAL INFORMATIONThis is a Request for Quotation 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 shall not be issued. **** **** This project is being solicited as one complete project. All quoters shall provide a single complete quotation, with a price quote for each line item that encompasses all Contract Line items, 0001 through 0012, listed in section 7 below. **** (2) AWARD INFORMATIONThe National Park Service contemplates award of a firm fixed price contract, as a result of this Request for Quotation, to the quoter whose quotation provides the best value to the government. This request is for the reproduction of a Northern Plains style Indian buffalo hide tipi (aka, TeePee or Tepee) along with component accouterment items for tipi display to be used as part of an exhibit in the visitor's center of Fort Laramie National Historic Site. The government intends to award a contract based on the vendor's quoted prices, including freight, for whichever is determined to be the best value to the government. The award is anticipated to be made on the evaluation criteria as mentioned in section 10 and 20 below. (3) SMALL BUSINESS SET-ASIDEThe 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. Note: any quotations received from quoters that do not meet the size standard of a small business, as determined through the quoter's provided ORCA data, will be considered non-responsive and will not be considered. Reference section 12 below concerning ORCA registration and submission. (4) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (5) Solicitation #: Q142009A127. This solicitation is issued as a Request for Quote. (6) NAICS codes: 316999 or 316110. Small business size standards for these NAICS codes does not exceed 500 employees, as determined by the SBA Size Standards. (7) CONTRACT LINE ITEMS:Line item 0001: Qty 1 - Reproduction Northern Plains Indian Buffalo Hide TipiThe tipi shall be constructed of genuine buffalo hide and shall represent a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). No artificial substitutes will be accepted. The tipi shall be painted with a typical design for the 1830s-1840's period. The Tipi shall measure 10 1/2' high (126") and have a base diameter range between 11' 5" (137") and 12' (144"). It is imperative that construction of the tipi result in a museum quality replica. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0002: Qty 2 - Painted Rawhide Parfleches (component accouterment item for tipi display)The painted rawhide parfleches shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). This item shall be painted appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of the parfleches result in a museum quality replica. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0003: Qty 1 - Painted Rawhide Bonnet Case (component accouterment item for tipi display)The painted rawhide bonnet case shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). This item shall be painted appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of the rawhide bonnet case result in a museum quality replica. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0004: Qty 2 - Backrest with Carved Poles (component accouterment item for tipi display)The backrests with poles shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). This item shall be decorated appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of the backrest result in a museum quality replica. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0005: Qty 1 - War Shield (component accouterment item for tipi display)The war shield shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). This item shall be decorated appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of the war shield result in a museum quality replica. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0006: Qty 1 - Pad Saddle (component accouterment item for tipi display)The pad saddle shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). This item shall be decorated appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of the pad saddle result in a museum quality replica. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0007: Qty 1 - Pack Saddle (component accouterment item for tipi display)The pack saddle shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). This item shall be decorated appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of the pack saddle result in a museum quality replica. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0008: Qty 2 - Lances (component accouterment item for tipi display)The lances, one war lance and one hunting lance, shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). These items shall be decorated appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of the lances result in a museum quality replica. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0009: Miscellaneous Religious Items (component accouterment item for tipi display)Religious items, at a minimum to include buffalo skull, pipe, pipe tools and alter which shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). These items shall be decorated appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of these items result in museum quality replicas. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0010: Miscellaneous Kitchen Items (component accouterment item for tipi display)Kitchen items, at a minimum to include various kettles, bladders, shoulder blade plates, horn cups, and horn spoons which shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). These items shall be decorated appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of these items result in museum quality replicas. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0011: Carved Pegs and Pins for Tipi (component accouterment item for tipi display)An appropriate number of carved pegs and pins necessary to erect the tipi shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). These items shall be decorated appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of the pegs and pins result in museum quality replicas. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. Line item 0012: Various Hide and Hair Ropes (component accouterment item for tipi display)An appropriate number and representation of hide and hair ropes shall be provided of a pattern representing a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). These items shall be decorated appropriately with a typical design for the 1830s-1840's period. This item's tribal affiliation shall correspond to that of the associated tipi. It is imperative that construction of the hide and hair ropes shall result in museum quality replicas. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. (8) Provisions and clauses noted below may be accessed at http://www.arnet.gov/far. (9) All submitted quotes shall contain the following: a) Contractor provided information that responds to the non-price evaluation factors noted in section 10 below; b) Price proposal for contract line items 0001 through 0012 in section 7 above; c) Completion of provision 52.212-3 as noted by section 12 below; d) Past Performance references e) Acknowledgement of any solicitation amendments; (10) The non-price evaluation factors and their acceptability standards are: a) Past Performance. Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS shall 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, with a contact name and phone number, for contracts completed within the last three years, which could be considered similar in nature. b) Quality reviews of quoter's previous offerings to provide similar items, as determined via information provided from the quoter provided contacts (11) 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: 52.206-6, 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, 52.225-15, and 52.232-29. (12) ORCA REGISTRATIONQuoters shall be registered via "ORCA" at https://orca.bpn.gov/login.aspx or completed 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) CCR REGISTRATIONAll vendors wishing to be considered for this solicitation must be registered in the Central Contractor Registration (CCR) database prior to the approximate date of award (06/15/2009). Registration in the CCR database may be completed via www.ccr.gov, and takes approximately seven (7) days for completion. (14) CONTRACT DESCRIPTIONThis request is for the reproduction of a Northern Plains style Indian Buffalo hide tipi along with component accouterment items for tipi display to be used as part of an exhibit in the visitor's center of Fort Laramie National Historic Site. The tipi shall be constructed of genuine buffalo hide and shall represent a Northern Plains Indian style, either Northern Cheyenne, or preferably, Teton Lakota (Oglala or Sicangu). No artificial substitutes will be accepted. The tipi shall be painted with a typical design for the 1830s-1840's period. The Tipi shall measure 10 1/2' high (126") and have a base diameter range between 11' 5" (137") and 12' (144"). It is imperative that construction of the tipi result in a museum quality replica. Construction techniques shall replicate those used on the Northern Plains circa 1830's-40s as closely as possible. (15) DELIVERY SCHEDULE Shipping shall be FOB Fort Laramie National Historic Site, Wyoming. The contractor shall supply, transport, and deliver the required products, materials and documentation to the Headquarters at Fort Laramie National Historic Site on or before April 15, 2010. (16) LOCATIONFort Laramie National Historic Site is located 3 miles west of the town of Fort Laramie, WY. (17) PARK REQUIREMENTSA suitable care and preservation manual shall be provided for all requested items, that is detailed enough to inform park staff how to adequately care for and maintain the equipment, and maximize useful lifespan. At a minimum, all materials and workmanship shall be guaranteed for one year from the date of delivery of the tipi. (18) MEASUREMENT AND PAYMENTThe measurement for payment shall be for the actual items quoted as a firm fixed price, for the items requested in section 7 above. Payment shall be made at the contracted prices. Payment shall be made via Electronic Funds Transfer to the vendor's bank of record, as indicated in the vendor's current Central Contractor Registration. Payment may be made via Government credit card if pre-arranged with the Contracting Officer. A single payment, upon contract completion, is anticipated for this contract. (19) QUOTE SUBMISSIONQuoters shall e-mail their quotations to robin_anderson@nps.gov or deliver to Robin Anderson, National Park Service, 12795 W. Alameda Parkway, Lakewood Colorado, 80228. All quote packages shall be marked "FOLA TIPI". Quotes shall be submitted to insure receipt by 4:00 pm local time, Lakewood, Colorado, June 08, 2009. The anticipated award date is on or about June 15, 2009. Quote packages, whether e-mailed or delivered, must include the following:-Quote prices for all contract line items 0001 through 0012 as noted in section 7 above,-ORCA information, or a statement indicating ORCA registration via ORCA web site,-Five (5) past performance contacts with contact person's name and phone number. Any quotation received without the requested past performance contacts shall be considered non-responsive and shall not be considered. (20) EVALUATION FACTORS FOR AWARD DECISIONThe award of the contract shall be determined upon the following factors:-Price-Past Performance ratings, as determined via information provided from the quoter provided contacts. -Quality reviews of quoter's previous offerings to provide similar items, as determined via information provided from the quoter provided contacts. (21) CONTACT INFORMATIONFor information regarding this solicitation contact: Robin Anderson, Contract Specialist, at robin_anderson@nps.gov or 303-969-2303. End.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q142009A127/listing.html)
 
Place of Performance
Address: Fort Laramie National Historic Site, Fort Laramie, WY.<br />
Zip Code: 822127625<br />
 
Record
SN01827770-W 20090529/090527234834-5864a0cae0cdfcdf02b424c7e8671cf4 (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.