Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2011 FBO #3534
SOLICITATION NOTICE

56 -- Insulated Vinyl Windows for Yellowstone National Park

Notice Date
7/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574111023
 
Archive Date
7/26/2012
 
Point of Contact
Stacy L. Vallie Contracting Officer 3073442076 stacy_vallie@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 the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574111023. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-53. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 238150 and the small business size standard is $14.0M. QUOTES ARE DUE for this combined synopsis/solicitation on August 4, 2011, at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to stacy_vallie@nps.gov. All quotes from small business will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please.Yellowstone National Park requires insulated window units. Installation of the windows will be done by the National Park Service. Following are the specifications: 1) White vinyl windows2) Standard Low E insulated glass3) Fiberglass mesh screens4) 4- 9/16 inch jambs5) Windows shall match existing rough openings as close as possible but can be no larger than existing rough openings (Please see Quotation Form Below for a list of rough openings). Evaluation Factors: The Government will award a contract resulting from this solicitation to the responsible offerer whose offer, conforming to the solicitation requirements, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price and 2) Past Performance supported by documentation and references. Past performance shall be equal to price in importance. To be considered for award, Offerers shall provide the business name, point of contact, phone number and email address for at least three (3) businesses and/or State, Local or Government agencies with whom you have conducted similar business. These references shall be used to evaluate past performance. Solicitation #:Q1574111023 Quotes due:August 4, 2011, by 4:30 PM Mountain Daylight time Submit to:stacy_vallie@nps.gov or fax to 307-344-2079 Date:______________________ Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offerer Name: ________________________________________ *Quoted price should include delivery to the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park, Wyoming 82190. Offerers must quote each item to be considered for award. Delivery required 30 days after award. List of Rough Openings: Quantity Dimensions Description Price Each 1 each 83 inch wide by 42 inch high 2 ganged together double hung $________ $________ 2 each 96 inch wide by 54 inch high picture unit w/double hung ganged each side $________ $________ 4 each 41 inch wide by 42 inch high double hung $________ $________ 3 each 41 inch wide by 54 inch high egress casement $________ $________ 2 each 41 inch wide by 54 inch high double hung $________ $________ 4 each 27 inch wide by 49 inch high double hung $________ $________ 2 each 31 inch wide by 49 inch high double hung $________ $________ 6 each 69 inch wide by 57 inch high 2 ganged together double hung $________ $________ 4 each 35 inch wide by 57 inch high egress casement $________ $________ 2 each59 inch wide by 57 inch high 2 ganged together double hung $________ $________ 2 each124 inch wide by 57 inch high picture unit w/double hung ganged each side $________ $________ 2 each69 inch wide by 49 inch high 2 ganged together double hung $________ $________ 4 each113 inch wide by 58 inch high picture unit w/double hung ganged each side $________ $________ 2 each41 inch wide by 54 inch high egress casement $________ $________ 2 each41 inch wide by 54 inch high double hung $________ $________ 4 each40 inch wide by 50 inch high egress casement $________ $________ 8 each42 inch wide by 42 inch high double hung $________ $________ 12 each46 inch wide by 39 3/8 inch high picture over awning $________ $________ 4 each113 inch wide by 58 inch high picture with ganged casement each end $________ $________ 12 each46 in w by 55 3/8 inch high egress casement $________ $________ 4 each46 inch wide by 55 3/8 inch high picture over awning $________ $________ 8 each46 inch wide by 27 inch high awning $________ $________ 4 each31 7/8 inch wide by 36 inch high picture over awning $________ $________ TOTAL PRICE: $________(including delivery) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-53. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 52.212-2 EVALUATION-COMMERCIAL ITEMS - applies to this acquisition. Paragraph a of the provision is hereby replaced with the following: Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements of this solicitation. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoters past performance, and / or references obtained from any other source. Clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid/offer; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 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: 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-3, 52.225-13, 52.232-33, 52.233-3, 52.233-4 Clause 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). 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.acce4ss.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. The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574111023/listing.html)
 
Place of Performance
Address: Yellowstone National Park, Wyoming
Zip Code: 821900168
 
Record
SN02511634-W 20110729/110727234505-3fcfebf5ac2f378df13b4744c13d0fcf (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.