Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2017 FBO #5711
SOLICITATION NOTICE

N -- ROMO REPLACE SCADA COMPONENTS

Notice Date
7/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NPS, IMR - Lakewood MABO 12795 W Alameda Parkway Lakewood CO 80228 US
 
ZIP Code
00000
 
Solicitation Number
P17PS01954
 
Response Due
8/10/2017
 
Archive Date
8/25/2017
 
Point of Contact
Sadler, Randal
 
E-Mail Address
randy_sadler@nps.gov
(Randy_Sadler@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ROMO REPLACE SCADA COMPONENTS GENERAL INFORMATION 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 and is issued as Request for Quotation (RFQ) P17PS01954. A WRITTEN SOLICITATION WILL NOT BE ISSUED. The attached SF18, Request for Quotations form, is for internal administrative purposes only. Award will be made using the SF1449 Solicitation/Order (Commercial) form. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-95 and are available in full text through Internet access at https://www.acquisition.gov/far/. 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 334513 Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables, and the small business size standard is 750 employees. The attached wage decision shall apply to the installation portion of this requirement. REQUIREMENT Rocky Mountain National Park: Supply, install, and configure updated Supervisory Control And Data Acquisition (SCADA) hardware and software components in Rocky Mountain National Park per attached Statement of Work Award will be made in accordance with FAR 52.212-2, Evaluation-Commercial Items. See clause below for evaluation criteria. SUBMISSION OF QUESTIONS, QUOTES, SITE VISIT Any questions concerning this solicitation and the requirements must be submitted in writing via email to the contracting officer at randy_sadler@nps.gov no later than Tuesday, July 25, 2017 at 1700 Eastern Time (1500 Local MT). If warranted, a question and answer document will be posted as an amendment to this solicitation no later than July 31, 2017. QUOTES ARE DUE for this combined synopsis/solicitation on August 10, 2017, at 1700 Eastern Time (1500 Local MT). Quotes may be submitted electronically through FedConnect or by email directly to the contracting officer at randy_sader@nps.gov. Include the solicitation number in the subject line of any correspondence related to this solicitation. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. A formal site visit is not anticipated, however, requests to tour the site may be accommodated if government personnel are available and the request is made in writing to the contracting officer at least 48 hours in advance of the response due date. Vendors must have an active System for Award Management (SAM) registration. Inactive registrations will not be eligible for award. Replace SCADA hardware and software components in Rocky Mountain National Park Lump Sum Price: _______________ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address: ______________________________ Offeror Name: _____________________________Date: _____________________ CLAUSES AND PROVISIONS Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at https://www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: [a] price; [b] technical, [c] past performance. For evaluation purposes provide lump sum pricing. If determined necessary to evaluate quotes received, the government may request additional pricing information by individual elements to conduct a price or cost realism analysis. If requested, this data shall be furnished to the contracting officer within 48 hours and shall not constitute discussions unless clearly indicated as such in the request. For technical evaluations, provide with your quote a list of proposed equipment and manufacturer literature in sufficient detail to confirm compatibility with existing equipment specified in the SOW. Also include a proposed timeline for the project start and completion dates. For past performance, include no more than three references for similar projects completed within the previous 5 years. Technical and past performance, when combined, are approximately equal to price. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, must be submitted with the quote or completed online at the SAM website. The website is located: https://www.sam.gov/ for a completed copy of the provision visit www.acquisition.gov/far 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (Jan 2017) applies to this acquisition, clauses incorporated from 52.212-5 are: _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). _X_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). _X_ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). _X_ (48) 52.225-1, Buy American - Supplies (May 2014) (41 U.S.C. chapter 83). _X_ (51) 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_ (57) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) (31 U.S.C. 3332). _X_ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (See attached wage decision, 2015-5421, Revision 4 for Larimer County, Colorado) _X_ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _X_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). 52.252-2 Clauses Incorporated by Reference may be viewed in full text at www.acquisition.gov/far. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The vendor shall utilize the attachments feature on the lower right hand corner of the IPP invoicing screen to attach a copy of their regular vendor invoice to substantiate the request for payment. The Contracting Officer reserves the right to reject the request for payment until the documentation is provided. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) Vendors must have an active System for Award Management (SAM) registration. Inactive registrations will not be eligible for award. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01954/listing.html)
 
Place of Performance
Address: Rocky Mountain NP Estes Park CO 80517 USA
Zip Code: 80517
 
Record
SN04573803-W 20170713/170711234436-dc8c1efe860b360e68d95a4eac67a64e (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.