SOLICITATION NOTICE
71 -- Kitchen Remodel, Yellowstone National Park.
- Notice Date
- 12/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1574111012
- Response Due
- 1/6/2011
- Archive Date
- 12/22/2011
- Point of Contact
- Andy H. Fox Constracting Officer 3073442149 andy_fox@nps.gov;
- 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
- Kitchen RemodelYellowstone National Park12/22/2010 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #Q1574111012. 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 small business set-aside procurement is being issued in accordance with the procedures in FAR Part 12 FAR Part 15 and FAR Subpart 16.5. 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. NAICS code: 337110; Small business size standard: 500 Employees. This acquisition is a Total Small Business Set Aside. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). Address questions regarding this solicitation to Andy Fox at Andy_Fox@nps.gov or 307-344-2149; or Andrea Brew at Andrea_Brew@nps.gov or 307-344-2859. 2) STATEMENT OF WORK: Kitchen and Pantry cabinets and one Bathroom Vanity for Quarters # 3, Located in Mammoth Hot Springs, Yellowstone National Park. All prospective offerors are strongly urged to visit the site to confirm all information. These Specifications apply to all the Cabinets and Counter-tops in the Kitchen, Pantry and one bathroom Vanity cabinet for a 2nd floor bathroom. - Cabinet construction shall be solid wood face frames, wood type shall be Maple.- Cabinet doors shall be simple single raised panel doors surrounded on all 4 sides with door framing.- Plywood sides, backs. The Toe-Kick area shall be " plywood minimal, finished and colored to match the cabinets finish. - Cupboard shelves shall be Full depth, " plywood, fully adjustable and covered with veneer that provides a finished interior matching all the interior shelving and cupboards. Front edge of all shelves shall be edged and shall match the shelf and interior finish.- Cabinet face frames shall be full " x 1-1/2" (minimum) solid hardwood, doweled, glued and pinned together.- Drawers shall be full extension, with hidden glides, steel ball bearing glides.- Doors and drawers shall be self closing, soft closing to reduce slamming. - Drawers shall be finished solid Hardwood, dove tail construction with captured plywood bottoms on all four sides.- Cabinet doors shall be hinged with concealed hinges that are 6- way adjustable.- Contractor shall provide fill-in strips where necessary to provide a finished appearance while maintaining the maximum cabinet and counter space possible. - Wood Finish stain shall be a light brown color with a caramel or coco colored glaze to accent the panels and the cabinet details.- Door Pulls and drawer handles shall be simple single pulls and handles finished in a Satin Nickel. Some cabinets shall be specialty cabinets: Consisting of deep roll out trays for lids (18" by the range). 24" deep, Roll out sheet pan shelves (over both the refrigerator(s), Kitchen and Pantry). Mixer Pop-up cupboard (in the Island) Roll out trash cupboard (in the Island) that contains 2 trash bins.- Some of the cabinets will require finished sides and end panels: Cabinets on both sides of the refrigerator(s), both the upper and lower cabinets. The cabinets on both sides of the Low window, in the kitchen (both upper and lower cabinets). Many of the cabinets that make up the island.- The counter-top shall be a manufactured solid acrylic surface, with rolled front edge and a rolled one piece back splash. Similar or Equal to (Cambria Brand); Color:(Oakhampton ) or similar. There are two section of the counter-top that shall not have a Back Splash. - The 51-1/2" piece of counter-top in front of the Low window, shall not have a back splash, this 51-1/2" section of counter-top shall be a removable section that can be removed in order to access the window. This removable section and the ends of the counter-top adjacent to this section shall all have nicely finished edges so that the counter-top has a finished appearance when the removable section is in, and when this section is out of the counter-top. - Below this low window shall be a 51-1/2" counter-top with no Back Splash. This counter-top will be attached to a 48" wide x 18" high base counter. Kitchen counter-top shall have a cut out for a stainless steel double sink Model ( LVS 73-3219 R)(Which has a 10-1/2"L x 16"W x 7" Deep sink on the left and a 17-3/4"L x 18-1/2"W x 9" Deep sink on the right.) - This Cabinet Order also includes one bathroom vanity unit 42", (drawers down the left side and cupboard in the center and on the right side under the sink), a single white porcelain sink, all specifications for the cabinet wood, design, hardware and counter-top with back splash and end splash shall be the same specifications, and colors as the cabinets and counter-tops for the kitchen and pantry cabinets above. The bathroom vanity counter-top shall have a single white porcelain sink cut-out. The information provided above is basic layout and dimensions provided for quoting purposes. The successful offeror will be responsible to verify all measurements in order to assure that the cabinets and the counter tops fit the space and provide a custom built in cabinet design. Within 3 business days after award, the successful offeror shall provide an example cabinet construction, a sample of the drawer and door construction and the door and drawer styles selected. They shall provide a working sample of the door and drawer slides and hinges. They shall provide samples of the hardware for the Contracting Officer's Representative to select from and they shall provide color samples for the cabinet stain and glaze and samples of the countertop colors and patterns. A site visit will be held in Mammoth Hot Springs to inspect the work on Tuesday, January 4, 2011 at 11:00 am Mountain Standard Time. All prospective offerors are strongly urged to attend the site visit. Please contact Mike Vachon to RSVP (307) 344-2335 and for directions to the housing unit MA#3. There are several hand drawn drawings of the space, and location information available by request to Andy Fox at Andy_Fox@nps.gov or Andrea Brew at Andrea_Brew@nps.gov. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far. Provision 52.252-1, Solicitation Provisions Incorporated by Reference, applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer. Provision 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. This contract incorporates one of 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. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "The Government will evaluate proposals per the procedures noted in Part 13 of the Federal Acquisition Regulations. The Government may elect to accept other than the lowest priced proposal when the perceived benefits of a higher priced proposal merit the additional cost. Award will be made to the responsible offeror whose proposal conforms to the solicitation requirements and provides the best value to the Government. The value of proposals shall be evaluated based upon price and the following non-price factors: 1) Quality of the Cabinetry: Yellowstone is looking for very good quality cabinets and hardware that are manufactured to look good and are made to hold up to many years of hard use. Offerors shall provide a detailed information describing what material will be used in the manufacture of these cabinets and the various thicknesses of the products used. Offerors shall provide a detailed description of how the cabinet boxes are constructed, to include information on the solid wood face frames and how the face frames, sides, bottoms and backs are joined together (i.e. staples, glue, dowels, dadoes joints, glue blocks, metal corner brackets, etc.).2) Past Performance: Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. Offerors shall submit a list of 3 past performance references (either Government or commercial customers) who have received items similar to the requirements stated in the attached specification and delivered within the last 3 years, or in progress, for past performance evaluation purposes. This information must clearly demonstrate ability to successfully accomplish projects in a timely manner, utilize resources and work with Yellowstone National Park Maintenance. The following CURRENT information MUST be provided: (1) Name of organization, (2) Current Point of Contact, Email Address and Phone Number, (3) Contract Number, (4) Brief description of the equipment provided and (5) Contract Value. The NPS will evaluate offeror's past performance based on contacting references, the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources may include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses.3) Delivery: Work performed as per the technical requirements. Please provide a delivery schedule for evaluation which outlines the number of days from notice of award that it will take to complete this project. Contractors shall be held to the delivery schedule proposed.Pricing: The Government will analyze proposed prices to determine if they are fair and reasonable. The Government is prohibited from awarding a contract to an offeror unless their proposed prices are determined to be fair and reasonable. Basis for Award: The basis for award will be best value, which will be based on consideration of the following factors: 1) Quality of the Cabinetry, 2) Past Performance and 3) Delivery, which are in descending order of importance. In the evaluation of proposals, all evaluation factors other than cost or price (listed in this provision), when combined, are considered to be as important as cost or price. The Government intends to evaluate proposals and award a Contract without discussions. Therefore, each initial offer shall contain the Contractor's best terms from a technical and price standpoint. Contractors are also encouraged to submit multiple proposals for lines of supplies that will meet these requirements for consideration. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer if they do not have an active listing in ORCA (Online Representations and Certifications), which is located at https://orca.bpn.gov. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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: 52.222-50, 52.233-3, 52.233-4, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41, 52.222-42 and 52.222-44. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while DrivingExecutive Order 13513, Federal Leadership On Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. 4) PROPOSAL: Solicitation: Q1574111012, Kitchen Remodel, Yellowstone National ParkDue: 2:00 pm Mountain Time, Thursday, January, 6, 2011.Submit to: E-mail: Andy_Fox@nps.gov, Andrea_Brew@nps.gov, or Fax: 307-344-2079, or by mail at PO Box 168, YNP, WY 82190. DATE: _____________________________________________________________________________________; CONTRACTOR: ______________________________________________________________________________; ADDRESS: _________________________________________________________________________________; DUNS Number: ______________________________________________________________________________; Contact Name: ______________________________________________________________________________; Phone: _____________________________________________________________________________________; Fax: ______________________________________________________________________________________; E-mail: _____________________________________________________________________________________; Base Proposal Line Items: Line Item #: 1, Custom Cabinets, Countertops and Hardware per specifications, Quantity: 1 LS, Unit Price: $ _______________ ; Extended Price: $ ________________ ; Line Item # 2, Installation Services to complete this project, Quantity: 1 LS, Unit Price: $________________; Extended Price: $_________________; Total: $ ________________________ INSTRUCTIONS FOR PROPOSAL CONTENT: Volume I shall address the specification SEQUENTIALLY and shall demonstrate your capability to perform all specifications (if responses are located in accompanying product literature, please cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Vendor to comply with sequentially addressing all specification or simply restating requirements or noncompliance with any of the RFQ instructions may result in your offer being rejected and eliminated from further consideration. PROPOSAL PAGE LIMIT: The page limit for Volume I is 30 pages on an 8x11 sheet. Brochures and product literature are included in the page limit. Cover letter, Representations and Certifications (52.212-3) are not included in the page limit. The page limit for Volume II is 5 pages on an 8x11 sheet, with a font size of 10-12. PROPOSAL SUBMISSION: Please submit your proposals in two separate volumes. Volume I shall contain all non-price factors (i.e. Quality of the Cabinetry, Past Performance, and Delivery). Volume II shall contain Price information only. Submit both volumes to the attention of the Contract Specialist, Mr. Andy Fox, or Ms. Andrea Brew. Please submit: (1) One original and one copy of Volume I. (2) One original and one copy of Volume II. If being submitted by email the correct number of copies will be printed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574111012/listing.html)
- Place of Performance
- Address: Yellowstone National Park, WY.
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN02349026-W 20101224/101222234122-3c224a15c9c84b59bd40bfff0ef1bc59 (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 |