SOLICITATION NOTICE
20 -- HISTORIC REPRODUCTION WIRE-ROPE SHIP RIGGING AT SAN FRANCISCO NHP
- Notice Date
- 7/11/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332618
— Other Fabricated Wire Product Manufacturing
- Contracting Office
- NPS, PWR - GOGA MABO Building 201, Fort Mason San Francisco CA 94123 US
- ZIP Code
- 00000
- Solicitation Number
- P17PS01963
- Response Due
- 7/24/2017
- Archive Date
- 7/11/2018
- Point of Contact
- Kramer, Gary
- E-Mail Address
-
805 370-2324
(Gary_Kramer@nps.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; quotes are being requested and a written solicitation will not be issued. This Request for Quotations (RFQ #P17PS01963) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-81. It is the contractor ¿s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov/?q=/browse/far/52. This action is being set aside for Total Small Business under NAICS 332618 ¿ Other Fabricated Wire Product Manufacturing. The Government intends to issue a firm-fixed price contract to a single vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. We reserve the right to cancel this solicitation. DESCRIPTION: The intent of this item is to provide wire rope rigging that duplicates the historically correct construction, configuration and material for the National Historic Landmark (NHL) ship Balclutha at San Francisco Maritime National Historical Park (SAFR). This purchase would encompass wire rope rigging material sufficient to replace the stays, topstays, backstays, lower shrouds and capshrouds on the ship ¿s three masts; the fore, main and mizzen. The wire rope rigging required is of two different diameters; one and one half inch (1 ½ ¿) and one and one quarter inch (1 ¼ ¿). The most important salient feature of the historic reproduction wire rope is the construction. The second most important salient feature is the wire lube coating. The historically accurate construction of wire rope for the NHL ship Balclutha is Type 1, Class 1 ¿ 6 by 7 galvanized steel. ` All specifications as described in the attached Specifications document shall be met to be considered a responsive offer. One and One Half Inch Wire Rope (A)Four thousand four hundred feet (4400 ¿) of one and one half inch (1 ½ ¿) diameter Type 1, Class 1 ¿ 6 by 7 galvanized steel wire rope, on twenty six (26) spools, (number of spools and lengths per spool identified below). Spools must conform to naming convention on attached inventory. a.(4) Spools of one hundred twelve feet (112 ¿) b.(12) Spools of one hundred forty four feet (144 ¿) c.(1) Spool of one hundred seventy feet (170 ¿) d.(2) Spool of one hundred eighty feet (180 ¿) e.(4) Spools of two hundred twenty feet (220) ¿ f.(1) Spool of two hundred forty feet (240 ¿) g.(1) Spool of two hundred eighty feet (280 ¿) h.(1) Spool of two hundred ninety four feet (294 ¿) One and One Quarter Inch Wire Rope (A)Two thousand one hundred eighty feet (2180) of one and one quarter inch (1 ¼ ¿) diameter Type 1, Class 1 ¿ 6 by 7 galvanized steel wire rope, on fourteen (14) spools, (number of spools and lengths per spool identified below). Spools must conform to naming convention on attached inventory. a.(3) Spools one hundred ten feet (110 ¿) b.(6) Spools of one hundred twenty feet (120 ¿) c.(1) Spool of one hundred seventy feet (170 ¿) d.(2) Spools of two hundred twenty feet (220 ¿) e.(1) Spool of two hundred forty feet (240 ¿) f.(1) Spool of two hundred eighty feet (280 ¿) 1.3 DELIVERY: (A)All spools of wire rope shall be delivered to SAFR warehouse facility in San Leandro. Address: 2435 Polvorosa Ave, San Leandro, CA 94577 (A)Deliveries will be received Tuesday through Thursday between the hours of 9 AM and 2 PM and will require minimum 1 day advance notice. INVOICING AND PAYMENT Contractor shall prepare and submit invoice online. Payment will be by electronic funds transfer to the bank account identified in the vendor's SAM record. Terms are net 30 days, unless a prompt payment discount is offered and accepted. The Contractor shall electronically upload their invoices to www.IPP.gov - refer to IPP clause below. CLAUSES AND PROVISIONS Federal Acquisition Regulation (FAR) clauses that will be incorporated in any resulting purchase order. The full text of each clause can be viewed at www.acquisition.gov/far. 1) 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ¿ Representation (JAN 2017) 2) 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017); 3) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017), with Paragraph B clauses numbered 1, 6, 8, 10, 14, 16, 25, 28, 29, 30, 31, 42, 46, and 52 incorporated; Paragraph C clauses numbered 1 and 2 and all Paragraph A and E clauses incorporated. 4) DOI clause, Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP; https://www.IPP.gov) "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: vendor's standard invoice, including the following elements: 1) Name and address of the contractor. 2) Invoice date and invoice number. 3) Contract/purchase order number. 4) The description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. 5) Period of Service for services rendered. 6) Name (where practicable), title, phone number, and mailing address of person to notify in the event of an improper invoice. 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 www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after 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. The following provisions are part of the Request for Quotations: 52.212-3 Offeror Representations and Certifications - Commercial Items. (JAN 2017) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. 52.212-2 Evaluation - Commercial Items. (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, on the basis of overall Lowest Price, Technically Acceptable, considering the following evaluation factors: price, technical capabilities to provide rotary snow blowing equipment and past performance of similar work. Evaluation factors include overall technical acceptability and price. The government reserves the right to make award without discussions. 52.212-1 INSTRUCTIONS TO OFFERORS ¿ Commercial Items (JAN 2017) The deadline for receipt of quotes is MON, July 24, 2017 at 5:00 pm PDT. The official combined synopsis/solicitation is posted at www.FBO.gov and www.FedConnect.net. Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is your responsibility to monitor the websites. Questions regarding this solicitation must be submitted in writing to gary_kramer@nps.gov. Answers will be provided in writing to the requester (if the answer is within the RFQ already) or provided in amendment(s) to the solicitation. Prior to submission of a quote, the quoter must: 1) Establish an active contractor profile in the System for Award Management database (www.SAM.gov); 2) Have completed the online submission of annual representations and certifications, also at www.SAM.gov. Delivery to San Leandro, CA QUOTE PREPARATION INSTRUCTIONS Quotes may be submitted on letterhead or the Standard Form 1449 (downloadable from http://gsa.gov/portal/forms/download/115922), and must also include, at a minimum: 1) Completed price schedule shown above; 2) Prompt payment terms 3) Contractor remittance address and DUNS number 4) Name, phone number, e-mail, and mailing address of your point of contact; 5) A statement that your SAM registration is active; 6) Signature of official authorized to bind your organization; 7) References of past performance for offering vendor. Submit your Lump Sum quote to: Santa Monica Mountains NRA, ATTN: Gary Kramer, 805-370-2324; gary_kramer@nps.gov or fax your quote to 805-370-1850
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01963/listing.html)
- Record
- SN04574549-W 20170713/170711235119-eb959caf1650ad4e0053aafad74f82c7 (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 |