SOLICITATION NOTICE
99 -- Replace Traffic Gates at San Juan National Historic Site
- Notice Date
- 5/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- SER - Everglades National Park Administration40001 State Road 9336 Homestead FL 33034
- ZIP Code
- 33034
- Solicitation Number
- P11PS01345
- Response Due
- 6/1/2011
- Archive Date
- 5/16/2012
- Point of Contact
- William W. Leady Contract Specialist 3052427792 William_W_Leady@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
- 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 constitutes the only solicitation; quotes are being requested. A written solicitation will not be issued. This solicitation is being issued as RFQ # P11PS01345.The U.S. Department of the Interior, National Park Service, San Juan National Historic Site, located in San Juan, Puerto Rico, has a requirement to purchase 11 traffic gates. The North American Industry Classification System (NAICS) code is 334290 and the size standard is 750 employees. The Government intends to award a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 37, Services Contracting. STATEMENT OF WORK-Replacement Electrical GateThe San Juan NHS requires the supply and installation of 11 gates that allow the control of pedestrian and vehicle traffic. Contractor must supply, deliver, and install new equipment. In addition, contractors must remove and properly dispose of all replaced equipment.1. General Specifications: Equipment at all locations must provide continuous high traffic operation, be constructed of corrosion and weather resistant materials, have a built in battery backup that provides operation of the gate in the event of a power loss, have obstruction sensing device and controls, and it have a built-in radio receiver.The equipment in Plastic Arts School by EI Morro, EI Morro Main Entrance, and Santa Elena Powder Magazine should be a 1/2 horsepower equivalent industrial arm tower with torque, be constructed with aluminum alloy chassis or equivalent, have corrosion resistant materials, have right of left handed operation, have a radio receiver built-in, have a soft start/stop, have a breakaway arm, have control inputs, and have obstruction sensing with sensors.The equipment in San Carlos Entrance, Administration Access Gate, Placita San Cristobal, and San Cristobal-213 Employees Parking should be a 1/2 horsepower or equivalent, have a polyethylene or equivalent cover, be able to handle swing gates up to 600 pounds and 18 feet in height, have control inputs, and have obstruction sensing with sensors.The equipment at San Carlos Exit should be a dual swing gate system, gates should open outward.The equipment at Abanico Entrance should be a dual swing gate system and gates should open outward.The equipment at Abanico Exit should be a dual swing gate system and gates should open inward. 2. Warranty and Additional Notices to Contractora. Contractor must provide equipment warranty for duration of a 5year period.Parts must free of manufacturer's defects.b. Contractor shall submit separately, the optional maintenance costs for first, second, third, and fourth year after warranty expiration.c. Contractor warranty shall cover all materials and workmanship on equipment and materials provided and installed by contractor.d. Contractor shall provide maintenance coverage Monday - Friday between the hours of 7am3pm.e. Contractor shall not remove any equipment off premise without leaving like equipment, functioning in its place.f. Contractor shall specify all components, quantities, unit prices and total price, and explain the purpose of each component.g. Contractor shall perform all work in accordance with all prevailing local, state andFederal codes, and any local or national ordinances or regulations.h. The COTR shall inspect the installation. A contractor's authorized signature may be required. Please email all questions to William_W_Leady@nps.gov no later than 25 May 2011. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.All proposals must be submitted via mail or email no later than 01 June 2011. The address to submit proposals via regular mail is: William W. LeadyContract Specialist Everglades National Park/NPS 40001 SR 9336Homestead, FL 33034 The address to submit proposals electronically is: William_W_Leady@nps.gov.The FOB point will be Destination. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the contractor and included as a separate line item. The total price should include all shipping cost.The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price. FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.212-04, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all three of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS01345/listing.html)
- Place of Performance
- Address: Fort San Cristobal, Old San Juan
- Zip Code: 009012094
- Zip Code: 009012094
- Record
- SN02449696-W 20110519/110517234415-d0927cb3b4a715c163c134d6410737a6 (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 |