Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2009 FBO #2802
SOLICITATION NOTICE

R -- Reformatting of Nitrate Negatives

Notice Date
7/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
HFC - Acquisition Management National Park ServiceHarpers Ferry Center230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
Q1151090011
 
Archive Date
7/27/2010
 
Point of Contact
Sheila L. Spring Contract Specialist 3045356239 sheila_spring@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
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement along with Request for Quotation Number Q1151090011 constitutes the entire solicitation. Proposals and business management/cost proposals are being requested. The National Park Service has a requirement to reformat 1,486 cellulose nitrate negatives to silver gelatin inter-positive transparencies at Yellowstone National Park. Due to space limitations, the complete commercial item specifications are contained in Request for Quotation Number Q1151090011 which is available via Electronic Commerce. No paper copies of the solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. Responses are due on or before August 7, 2009. The North American Industry Classification System code is 541990 and the size standard is $7.0. It is anticipated that one award will be made on or about August 14, 2009. The award will be for a firm-fixed-price contract. The following provisions and clauses are applicable to this announcement and are available at www.arnet.gov. 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I, 52.214-34 Submission of Offers in the English Language, 52.214-35 Submission of Offers in U.S. Currency, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and 52.245-2, Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria: 1.Personnel, including subcontractors, proposed for use under this contract. 2.Level of Effort and allocation of labor. The evaluation criteria are listed in descending order of importance. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price but to the offeror who provides the best value to the government. Offerors should submit the following: 1.Start date and contract schedule;2.Key personnel, with resumes;3.Person-hours by labor category;4.Material and shipping costs; and5. Total firm-fixed price. Proposal submission requirements follow: All proposals shall be submitted in an original and one copy for receipt no later than 4:00 p.m., EST, August 7, 2009, and be clearly marked with Request for Quotations Number Q1151090011. Offerors are hereby notified that if your quotation is not received by the date and time and at the location specified in this announcement that it will be considered late in accordance with FAR 52.212-1. All offers should be mailed to: National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Sheila Spring, P.O. Box 50, Harpers Ferry, West Virginia 25425-0050 or hand-carried and/or delivered via courier to: National Park Service, Harpers Ferry Center, Office of Acquisition Management, 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425. Proposals by telephone transmitted facsimile (fax) or electronic mail will not be accepted. The point of contact for this requirement is: Sheila Spring, Contract Specialist, at (304) 535-6239, email sheila_spring@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1151090011/listing.html)
 
Place of Performance
Address: Contractor's Facility<br />
Zip Code: 25425<br />
 
Record
SN01887975-W 20090729/090727234921-cd7965bab0699fa4bf60b0f7f3c47e34 (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.