SOLICITATION NOTICE
76 -- Reproductiion Books, Fort Davis National Historic Site
- Notice Date
- 9/20/2011
- 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
- P11PS71384
- Response Due
- 9/21/2011
- Archive Date
- 9/19/2012
- Point of Contact
- Shelia D. Bender Procurement Technician 3045356227 dee_dee_bender@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 along with Solicitation Number P11PS71384 constitutes the entire solicitation. A price quotation is being requested. The National Park Service has a requirement to provide 170 reproduction dummy volumes and two optional elements, consisting of 40 additional reproduction volumes, for Fort Davis National Historic Site. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This acquisition is a total small business set-aside. Responses are due on or before 9:00 am EST on September 21, 2011. Award will be made on or before September 21, 2011. The North American Industry Classification System (NAICS) code is 323121 and the related small business size standard is 500 employees. Due to space limitations, the complete commercial item specifications are contained in Request for Quotation Number P11PS71384. Interested contractors should download the solicitation. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. All deliverables shall be shipped FOB - Destination. Additionally, the following provisions and clauses are applicable to this announcement and are available at www.arnet.gov. 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I, 52.204-7 Central Contractor Registration, 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 Alternates I and II, 52.214-34 Submission of Offers in the English Language, 52.214-35 Submission of Offers in U.S. Currency, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 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, 52.225-1 Buy American Act - Supplies, 52.225-2 Buy American Act Certificate, 52.225-13 Restrictions on Certain Foreign Purchases, 52.225-18 Place of Manufacture, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52-233.3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.245-1 Government Property, 52.246-2 Inspection of Supplies - Fixed-Price, and 52-249-1 Termination for Convenience of the Government (Fixed-Price)(Short Form) 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. One award is planned. A contract will be made to that responsible offeror whose offer, conforming to the solicitation will be most advantageous to the government, cost or price and other factors considered. Technical quality, including past performance, will be considered more important than cost or price. Warranty information will be included in the best value determination.The government will consider other factors, as listed below in descending order of importance, secondary to technical, past performance, and cost or price; (1)HubZone small business concerns;(2)Small business concerns which are also minority owned and operated; (3)Women-owned firms; and(4)Service-disabled veteran-owned small business firms. In addition to the evaluation of cost, price, and other factors, the standards for determining an offeror's responsibility as set forth in FAR 9.104-1, will be examined and considered. Additional factors which are not specifically set forth in this solicitation, but which are prerequisites for award as implied by law, regulation or public policy will be considered in the determination of an offeror's acceptability. All quotations should be submitted for receipt no later than 9:00 a.m., EST, September 21, 2011. 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 as stated in FAR Part 52.212.1(f). All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention: Dee Dee Bender; Solicitation Number P11PS71384; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050 or via email at dee_dee_bender@nps.gov. Proposals by telephone transmitted facsimile (fax) will not be accepted. The offeror agrees that the proposal is valid for a period of 120 days after the closing date. The Point of Contact for this requirement is Dee Dee Bender, at (304) 535-6227, email dee_dee_bender@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS71384/listing.html)
- Place of Performance
- Address: Fort Davis, Texas
- Zip Code: 79734
- Zip Code: 79734
- Record
- SN02585217-W 20110922/110921000608-57a5c9f6f96dd8fd5aded45ce464359c (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 |