Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2011 FBO #3528
SOLICITATION NOTICE

72 -- Flooring

Notice Date
7/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - PWRH - Pacific West Region Honolulu National Park Service300 Ala Moana Blvd, Room 6-226Box 50165 Honolulu HI 96850
 
ZIP Code
96850
 
Solicitation Number
E11PS82282
 
Response Due
8/5/2011
 
Archive Date
7/20/2012
 
Point of Contact
Laurie Mahalla Contracting Officer 8085412693740 Laurie_Mahalla@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; proposals are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This combined synopsis/solicitation is a total small business set aside, NAICS 238330, Flooring Contractors, with a business size standard of $14.0 million. The Government intends to issue a firm-fixed price purchase order to the responsible offeror whose total offer represents the best value for the Government. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://acquisition.gov/far. The National Park Service, Haleakala National Park, Maui, HI 96732 has a requirement to purchase (1) vinyl fused interlocking laminate flooring and (2) flooring underlayment. This solicitation is for supply and delivery only - no installation required. The items quoted must meet the listed specifications. DELIVERY: Delivery is FOB DESTINATION to: National Park Service, Haleakala National Park, Attn: Peter Kafka, (808) 572-4421, Kahului Harbor, Maui, HI 96732 SCHEDULE: Delivery is required 30 days after contract award. DOCUMENTS TO BE INCLUDED: 1. Vendors must submit detailed product literature, flooring samples, warranties, and specifications with their bids with their company name, address, point of contract, telephone number, and email address along with quotation. 2. A firm fixed price quote in accordance with the bid schedule, and 3. Proof of Central Contractor Registration (CCR) www.ccr.gov The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 10, 20, 21, 22, 23, 33, 34, 37, 42, paragraph (c) 1, 2. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. Offers must be submitted to: National Park Service, Attn: Laurie K. Mahalla, 300 Ala Moana Blvd., Room 6-226, Honolulu, HI 96850 no later than 2:00pm Hawaii Standard Time on Friday, August 5, 2011. The point of contact for this solicittion is: Laurie K. Mahalla, Contracting Officer, Telephone: (808) 541-2693, Fax: (808) 541-3696, email: Laurie_Mahalla@nps.gov. QUESTIONS: All questions concerning this solicitation should be directed to Laurie_Mahalla@nps.gov via email. CONTRACT BID SCHEDULE: BASE BID ITEM NO 1: Flooring: durable, vinyl fused interlocking, moisture resistant laminate flooring, 20 mil minimum vinyl layer over composite based snap together substrate, 7 year minimum commercial warranty, non-glue installation, no wax maintenance, wood "plank" grain look, approximately 3,826 square feet (round up to the nearest 100 square feet depending upon how the material is packaged). Provide color and style product samples being offered. BASE BID ITEM NO 1: UNIT SUM $____________X 3,826 square feet = Total Line Item Cost: $________________ BASE BID ITEM NO 2: Flooring Underlayment, titanium underlayment for vinyl, snap together floating non glue flooring, approximately 3,826 square feet (round up to the nearest 100 square feet depending upon how the material is packaged). BASE BID ITEM NO 2: UNIT SUM $_____________X 3,826 square feet = Total Line Item Cost: $________________ TOTAL COST:$_____________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PS82282/listing.html)
 
Record
SN02505809-W 20110723/110721234701-80f2db8a20c1eada90ca82608745b53a (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.