SOLICITATION NOTICE
J -- Preventive Maintenance and Repair Services for HVAC Mechanical Equipment for the Three (3) Acadian Cultural Visitor Centers. Jean Lafitte National Historical Park and Preserve.
- Notice Date
- 5/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- SER - Jean Lafitte National Historical Park and Preserve 419 Rue Decatur New Orleans LA 70130
- ZIP Code
- 70130
- Solicitation Number
- P12PS10029
- Response Due
- 6/13/2012
- Archive Date
- 5/10/2013
- Point of Contact
- Yancey S. Davis Contract Specialist 6626804044 Yancey_davis@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. The proposed acquisition is a total small business set-aside. Offers from other than small business concerns will not be considered. The North American Industrial Classification Standard is 238220 with a small business size standard of $14.0 million. The National Park Service is seeking a Contractor to provide Preventive Maintenance and Repair Services for HVAC Mechanical Equipment for the Three (3) Acadian Cultural Visitor Centers. The contractor shall provide services to ensure machinery is continuously and fully operational to the highest level of effective and economic performance. The Contractor shall provide all management, supervision, labor, transportation, supplies, materials, parts, tools and equipment for the work. The Contractor shall provide all items needed to plan, coordinate, perform, repair, adjust and test all mechanical equipment as specified. All work is to be performed at the specific structures listed below. Location Addresses = three (3) sites:a. Wetlands Acadian Cultural Center, 314 St. Mary Street, Thibodaux, LA 70301b. Acadian Cultural Center, 501 Fisher Rd. Lafayette, LA 70508c. Prairie Acadian Cultural Center, 250 Park Avenue, Eunice, LA 70535 See Statement of Work for Extended Descriptions. The solicitation will be issued as a Request for Quote (RFQ) under the solicitation number P12PS10029. The solicitation includes the following attachments: 1.Statement of Work (SOW)2.Description of Equipment3.Evaluation Matrix (to be used by using activity to evaluate proposals)4.Section L Instructions to Offerors5.Section M Evaluation Factors for Award All responsible sources may submit a quote, which will be considered by the Government. Offerors must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Aug 2009), and its Alternate I (Apr 2002) (this may also be completed on http://orca.bpn.gov), and DFARS 252.225-7000. Clauses and provisions may be accessed via the Internet, https://www.acquisition.gov/far/All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://www.acquisition.gov/far/ The contract is expected to be a one year base with four option years. To be considered, bidders must submit a quote on all five years. The expected term of the base year is 7/1/2012 through 6/30/2013. (a) All proposals are due on or before 1300 hours, Central Standard Time (CST), Wednesday, 13 June 2012. By regular mail, proposals shall be mailed to: Yancey Davis, Contracting Officer, 2680 Natchez Trace Parkway, Tupelo, MS 38804. Proposals must reference the solicitation number. All requests for information regarding this solicitation shall be submitted in writing to the Contracting Officer at Yancey_Davis@nps.gov The deadline for requests for information is 5 calendar days prior to proposal opening. (b) Submission Requirements. The contractor shall provide evidence that it can meet the Government's requirements stated in Contractor Qualification section of the Statement of Work (SOW). In addition, contractors must submit the following in order to demonstrate capability to perform the work. Contractor shall provide the following with their bid: (1) Three references of past performance within the last 2 years of the same type of work, number and size of machinery as stated within this statement of work. Provide the reference's company name, contact's name, contact's telephone number, and a brief description of the work performed and the location. (2) Listing of all subcontractors by name of company, address, description of what they will be performing on the contract, percentage of total dollar amount of contract to be devoted to subcontractor's work. (3) Listing of subcontractor's references of past performance within the last 2 years of the same type of work identified by the prime contractor for the subcontractor. Provide the reference's company name, contact's name, telephone number, and a brief description of the work performed and the location. (4) Listing of any outstanding insurance claims against the company and all subcontractors used under this contract. This information will be forwarded to the Using Activity for evaluation to determine if the contractor is capable of meeting the Government's requirement. (c) Basis for Award. Award will be made to the successful offeror based on the following:(1) Offeror meets the submission requirements stated above. (2) Offeror provides the best value to the Government under areas of consideration -technical and price and past performance. (d) Central Contractor Registration (CCR). Offerors must be registered in the CCR database to receive a contract award. FAR clause 52.212-1 Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition.FAR clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Bidders are responsible for obtaining and acknowledging all amendments pertaining to this solicitation prior to the established due date for bids. The solicitation will be issued as an Invitation for Bids electronically on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov/j2ee/login.jsp. Paper copies of the solicitation will not be made available. The Standard Form 33 is available at the website by clicking on the "printer friendly form" link. The remainder of the solicitation (including all pertinent attachments) is available at the site by clicking on the link "clauses and attachments," which is located in the blue box near the middle of the screen. Bidders wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideas.nbc.gov/j2ee/login.jsp. This service is provided for convenience only and does not serve as a guarantee notification. Subscribers to this service are ultimately responsible for reviewing the http://ideasec.nbc.gov/j2ee/login.jsp site for all information relevant to this solicitation. Plan holders are required to visit the website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS10029/listing.html)
- Record
- SN02745281-W 20120512/120511000125-7fbb0db3385f73c039187813f2ebad35 (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 |