SOLICITATION NOTICE
93 -- DIMENSIONALLY CUT LEUDERS GREY LIMESTONE PAVERS
- Notice Date
- 6/12/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 212311
— Dimension Stone Mining and Quarrying
- Contracting Office
- National Park Service - HPTC4801A Urbana PikeFrederickMD21704US
- ZIP Code
- 00000
- Solicitation Number
- P13PS01027
- Response Due
- 6/26/2013
- Archive Date
- 7/26/2013
- Point of Contact
- MICHAEL CLARKE
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number P13PS01027 is issued as a Request for Proposal (RFP) for Dimensionally Cut Lueders Gray Limestone. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-66. The North American Industry Classification System (NAICS) is 212311. The Solicitation is a total Small Business Set-Aside, Size Standard 500 Employees. The Contractor shall furnish and deliver Lueder Gray Limestone, of standard architectural grade, free of cracks, seams, starts, or other traits that may impair structural integrity or function, gray in color, coarse honed finish on one major surface to be the top, light eased edges, dimensional tolerances shall be within 1/8 on all sides and surfaces as inspected with a 4 measure in any direction, clean surfaces on all sides and 96% free of natural inclusions. All stone bedding planes shall be run horizontally, stone shall be from a single bed of stratum from a single quarry, stone shall conform to ASTM C568-99 Standard Specification of Limestone Dimension Stone and stone shall conform to ASTM C241-90 Standard Test Method for Abrasion Resistance of Stone Subject to Foot Traffic with a minimum Ha of 7.0. Naturally occurring imperfections or inclusions shall be no more than one square inch in size on all sawn and finished surfaces. The following quantities and dimensions (L x W x H) of Lueders Gray Limestone shall be fabricated: Component A: 1 unit, 78 x 47 x 2 at $__________ per unit = $__________; Component B: 1 unit, 75 x 47 x 2 at $__________ per unit = $__________; Component C: 3 units, 71 x 47 x 2 at $__________ per unit = $__________; Component D: 2 units, 61 x 47 x 2 at $__________ per unit = $__________; Component E: 16 units, 44 x 47 x 2 at $__________ per unit = $__________; Component F: 8 units, 60 x 45 x 2 at $__________ per unit = $__________; Component G: 4 units, 58 x 45 x 2 at $__________ per unit = $__________; Component H: 3 units, 75 x 47 x 2 at $__________ per unit = $__________; Component I: 136 units, 42 x 45 x 2 at $__________ per unit = $__________; Delivery Price 1 Job $__________; total price $___________. Prior to proceeding with fabrication and delivery of the order, the Contractor shall submit 1 unit of Component I to the Contracting Officers Representative (COR) for review and approval prior to fabrication of all components. Upon inspection and approval of the unit by the COR, the Contractor shall proceed with the additional fabrication and delivery of the remaining components in accordance with the following delivery schedule: Half of the order shall be delivered on August 2nd, 2013; the remaining half of the order shall be delivered on August 18, 2013. Advance notice shall be given to the COR via e-mail at least 2 business days prior to deliveries. Deliveries shall be made to and in accordance with the following: the delivery site is a gated Government site. The Contractor shall notify the COR of the estimated time of arrival for deliveries, 24 hours in advance. Deliveries shall only be made Monday through Thursday, between the hours of 8 a.m. and 3 p.m., in accordance with the above specified delivery schedule, and to Reservation # 1, Attn: Emily Harte, 7001 Lafayette Avenue, Riverdale, MD. Preservation, packaging and packing for all shipments or mailing of all sample submittals shall be in accordance with good commercial practices and in accordance with the following: finished components shall be packed and loaded for shipment using precautions against damage in transit. All material shall be placed on pallets that are at least 2 inches larger in all dimensions than the stone on top of them. No material that can cause staining or discoloration shall be used for blocking or packing. Final inspection and acceptance of materials by the Government will occur when materials arrive to the delivery location. The COR will notify the Contractor in writing, of approval or rejection of the work within two calendar days. Any additions or corrections shall be completed and returned to the Government within ten calendar days. The Contractor shall provide replacement components at the request of the COR for flaws or defects that are deemed unacceptable. Should any deviations and exceptions to the above requirement be taken, the Offeror shall identify in writing with their response. The following provisions and clauses are applicable to this acquisition and are available at: www.arnet.gov FAR 52.212-1, Instructions of OfferorsCommercial Items, FAR 52.212-2, EvaluationCommercial Items, FAR 52.212-4, Contract Terms and ConditionsCommercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, FAR 52.212-5, Contract Terms and Conditions. FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). The Government reserves the right to make award without further discussion. Proposals shall be submitted in an original no later than 12:00 p.m. on June 25, 2013 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Proposals shall include the following information: (1) Pricing in the format outlined above; (2) Confirm your ability to meet the above specified delivery schedule; (3) Provide a 1 x 1 in size or larger sample of stone that meets the specifications referenced in this RFP; (4) Completed copy of FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, or a statement that Annual Representations and Certifications have been done in accordance with FAR 52.204-08. (5) Originally signed copy of Standard Form 1449. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before July 9, 2013. The point of contact for inquiries and clarifications is Michael Clarke, Contract Specialist, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address Michael_clarke@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS01027/listing.html)
- Place of Performance
- Address: Reservation # 17001 Lafayette AvenueRiverdaleMD20737United States of America
- Zip Code: 20737
- Zip Code: 20737
- Record
- SN03087254-W 20130614/130612235301-763189e3504d1010c3a9f18dcc22cee1 (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 |