Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2012 FBO #3711
SOLICITATION NOTICE

99 -- Fabricate and Install Pitcher's Thistle Plant Model atSleeping Bear Dunes National Lakeshore

Notice Date
1/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWRO - Midwest Regional Office National Park Service601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
P12PS21290
 
Response Due
2/7/2012
 
Archive Date
1/19/2013
 
Point of Contact
James Bissaillon Contract Specialist 4026611690 James_bissaillon@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
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is solicitation number P12PS21290 and is issued as a request for quote (RFQ). The associated NAICS code is 541430. There is not a set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009. A firm fixed-price type contract is anticipated to be awarded within 30 days of receiving offers. BACKGROUND Sleeping Bear Dunes National Lakeshore is part of the shore of Lake Michigan; wind-shaped sand dunes; great heaps of debris left by the ice age; inland lakes both large and small; two offshore islands; coast guard stations and a lighthouse; beech-maple forests brilliant with color in fall; steep barn roofs reflecting bright sunlight; wilderness camping; scenic drives; beach hiking; swimming; fishing; maritime history; Glen Haven historic village; canoeing; cross-country skiing; a record of past farming and other resource-based industries; shipwrecks; deer, foxes, gulls, and other birds wildflowers; Chippewa Indians; pioneer dune grasses; ghost towns; and ghost forests. Additional background on the park can be found on the National Park Service web site at http:/ /www.nps.gov/slbe PURPOSE The purpose of this contract is to detail, fabricate, transport to the site, and install a Pitcher's thistle plant model into the existing Beach exhibit case in the Philip A. Hart Visitor Center. SCOPE OF WORK The Pitcher's thistle plant model will be placed in the existing 19-3/4-inch tall exhibit case featuring beach habitat flora and fauna (see photo 1). The model shall not be larger than sixteen inches and eleven inches in diameter. The model shall depict the plant in full bloom with cream-colored or slightly pinkish prickly flower heads on bluish-green stems. The stems and leaves covered with white, woolly hairs and leaves up to 1foot long and deeply divided into narrow, often spine-tipped segments. The base shall be approximately six inches in diameter and fabricated to match the appearance of the existing bases (see photo 2). Photo 1 and 2 can be viewed at: http://www.nps.gov/slbe/parkmgmt/index.htmThere is a link titled "PDF of photos" near the bottom of the page The model will not be touched by visitors. The contractor shall provide all services including labor, materials, facilities, and travel (except as otherwise specified in this contract) necessary to detail, fabricate, transport to the site, and install the Pitcher's thistle model for the Philip A. Hart Visitor Center Beach Exhibit Case. Work shall be completed in accordance with the government-furnished National Park Service Standard Exhibit Fabrication Specifications. Drawings shall be provided for review and approval detailing proposed fabrication of Pitcher's thistle model. Plant models shall be fabricated for the Pitcher's thistle; size, and configuration as indicated on the drawings and specifications. Pitcher's thistle model materials shall be determined by fabricator to produce realistic, scientifically accurate, and durable models. Pitcher's thistle model shall be sculpted to provide realistic textured surfaces and painted to provide realistic colors per the season specified. Pitcher's thistle model shall be fabricated with permanent attachment points for anchoring to the exhibit structure as specified. SOLICITATION CLAUSES 52.204-07 CENTRAL CONTRACTOR REGISTRATOINAPRIL 2008 52.212-01 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS JUNE 2008 To assure timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all quotation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The offeror shall submit in the quotation all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. There will be no public opening of the proposals received as a result of this RFQ. Failure to meet a requirement may result in an offer being ineligible for award. North American Industry Classification System (NAICS) code. The NAICS code for this acquisition will be 541430. There is not a set-aside. To be eligible to receive an award resulting from this solicitation, contractor must be registered in Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, visit http://www.ccr.gov. If you have any registration questions, please call 1-888-227-2423. Annual Representations and Certifications will be obtained through the Government On-line Representation and Certification Application site (https://orca.bpn.gov) for contractors that have worked with the Government and are registered in CCR (Central Contractor Registration). All contractors that do not have previous Government experience or are not registered in CCR will need to submit the information in accordance with FAR clause 52.204-8 Annual Representations and Certifications. If you need assistance with registration or updating CCR or ORCA please contact the Procurement Technical Assistance Center nearest you at (615) 268-6644 or website: http://www.aptac-us.org/new/Govt_Contracting/find.php. Responses to this notice shall be provided in writing via e-mail to James Bissaillon (james_bissaillon@nps.gov) no later than 1:00 PM CST on 07 February, 2012. Questions regarding this solicitation will only be accepted until 1:00 PM CST, February 02, 2012. Interested parties capable of providing the above must submit a written price quote to include discount terms, cage code, and firm's evidence of their ability to perform. Additionally, offers shall comply with the instruction listed below. Submissions: A. Offerors will be required to submit the following for each evaluation factor: 1. Technical - Offer shall provide a brief synopsis to the "Knowledge and Skills" of the key person(s) who will be involved in this model fabrication. This may also be in the form of a resume. Information should be short and concise, but provide the Government with enough detail to determine if the offeror meets the Government's technical criteria. Offeror shall provide between 1 to 5 drawings of the proposed fabrication of the pitcher's thistle model for review and approval. 2. Past Performance - Offer shall provide a minimum of four photographs of recent similar projects that included coastal plants as done by those same persons qualifications were provided for in A.1. above. Include the name and location of each project shown in the photographs. In addition, offerors are instructed to provide name of at least (1) reference in relation to the projects listed in the previous sentence to include name, phone, address, and email if available. 3. Price - OFFERS SHALL INCLUDE THE FOLLOWING: 1. Price quotes that reference the solicitation number (P12PS21290. 2. CLIN Structure: 0001 Fabricate and Install Pitcher's Thistle Display QTY: 1, Unit: Job, Unit Price: $____________Total Cost (Includes Discounts) $___________Fabricate and install Pitcher's Thistle plant model at the Empire V.C. display area IAW Scope Of Work and other factors as specified herein. Model to be complete and installed within 45 days of contract award. Offer shall also complete blocks 12, 17, 23, 24, and 30 of the Standard Form 1449. Responses to this notice shall be provided in writing via e-mail to James Bissaillon (james_bissaillon@nps.gov) no later than 1:00 PM CST on 07 February, 2012. Questions regarding this solicitation will only be accepted until 1:00 PM CST, February 02, 2012. 2 52.212-02 EVALUATION - COMMERCIAL ITEMSJANUARY 1999 Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Best value will be determined by using the trade-off process as listed in FAR 15.101. In determining best value, the following factors will be considered: (1) technical (2) past performance and (3) price. The factors are listed in descending order of importance. When combined, the technical evaluation factor and past performance factor are significantly more important than price. 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS- OCT 2003 COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows:(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS X (20) 52.219-28, Post Award Small Business Program Representation (APR 2009) (15 U.S.C. 632(a)(2)).X (21) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755).X (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126).X (23) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).X (24) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).X (34) 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d).X (37) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).X (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).X (44) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). 52.219-09 SMALL BUSINESS SUBCONTRACTING PLANJANUARY 2011 52.252-01 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FEBRUARY 1998 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 quotation or 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 quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):----------------------------------------------------------------------http://www.acquisition.gov/farorhttp://farsite.hill.af.mil---------------------------------------------------------------------- 52.252-02 CLAUSES INCORPORATED BY REFERENCEThis contract incorporates one or 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. Also, the full text of a clause may be accessed electronically at this/these address(es):----------------------------------------------------------------------http://www.acquisition.gov/farorhttp://farsite.hill.af.mil----------------------------------------------------------------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS21290/listing.html)
 
Place of Performance
Address: Empire, MI
Zip Code: 496309797
 
Record
SN02657914-W 20120122/120120234106-e1b607489b9085b8a6d6e636526d5df0 (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.