Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOLICITATION NOTICE

N -- Supply/install overhead garage doors and openers, Mount Rainier NP

Notice Date
8/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
NPS, PWR - OLYM MABO 600 E. Park Avenue Port Angeles WA 98362-6757 US
 
ZIP Code
00000
 
Solicitation Number
140P8318Q0121
 
Response Due
9/12/2018
 
Archive Date
9/27/2018
 
Point of Contact
Hoversten, Hal
 
Small Business Set-Aside
Total Small Business
 
Description
Mount Rainier National Park is seeking offers for the replacement of five (5) each rolling steel garage doors and all components to include five (5) each electric openers in accordance with the scope of work listed below. 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; offers are being requested and a written solicitation will not be issued. Solicitation 140P8518Q0121 is being issued as a request for quotation (RFQ). The anticipated award date is 5 days after the close of this announcement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective 08-22-2018. This procurement is being solicited as a 100% Small Business Set-Aside under NAICS code 332321 Metal Window and Door Manufacturing; with a small business size standard 750 employees over the past three years. Project Location: The work site is the building L-215 Roads Garage located in the maintenance area of Longmire at Mount Rainier National Park, Washington. The work site is located east of Ashford, Washington off of State Route 706 six miles east of the Nisqually entrance station. Period of performance: 11/12/2018 ¿ 11/30/2018 The work consists of the following: The contractor shall supply and install all materials for five (5) each complete working rolling steel Garage doors and all components including five (5) each electric openers. Electrical power will be supplied near the electric opener for each door prior to installation. The doors shall be Stormtite (brand name or equal) 625 model overhead doors; and RSX (brand name or equal) ¾ horsepower electric openers. The offered products shall meet the following minimum specifications: - Doors shall be 15 feet wide x 12 feet tall rolling steel doors -Doors shall be weather stripped on one (1) side -Doors shall be 24 gage minimum slats constructed of galvanized steel, aluminum, or stainless steel -Painted or powder coated to match Sherwin Williams (brand name or equal) Beatrix brown (color to be approved in advance by NPS) -R value of 7.7 or greater -Chain hoist operation in addition to electric openers -3/4 horsepower electric opener - No parts of door or openers shall be below the 12 foot tall headers (headers are 24 inches from ceiling to bottom of header) -One (1) each 4 button remote per opener -Electric sensing edge on each door -Double angle bottom bar on each door -20,000 cycle springs A park map can be located here: https://www.nps.gov/mora/planyourvisit/maps.htm Site Access: The contractor shall access the project site as outlined on the attached site map. Do not drive vehicles off road or access non-project areas without permission from the contracting officer or park superintendent. Park Regulations: Ensure all personnel (contractors, subcontractors, and vendors) entering or working in the park are familiar with and obey all park regulations. Law enforcement rangers will intervene if they perceive any unsafe or unlawful activity. Working Hours: Regular work hours shall be from 6:00 a.m. until 5:30 p.m. Monday through Friday, excluding Federal Government holidays. Work outside regular hours requires approval in advance from the contracting officer. No Smoking Policy: Smoking is prohibited inside or outside within 25 feet of any buildings in the park. This applies to existing buildings, buildings under construction, and buildings under renovation. Discarding of tobacco products or debris anywhere other than into designated tobacco receptacles is considered littering and subject to fines. Driveways and Entrances: The contractor shall keep driveways and entrances serving the premises clear and available to the government, government employees, and emergency vehicles at all times. Preservation of Natural Features: Prevent damage to natural surroundings. Restored damaged areas and replace damaged trees, vegetation, and grass at no expense to the government. Item Description(s): Line Item 0010: Supply/install five (5) each overhead doors with all components to include five (5) each electric openers. Grand total 1 lump sum $________ The Government will award a single firm fixed-price purchase order resulting from this RFQ to the most responsive and responsible offeror whose quote is determined to be the best value to the Government. The provision at 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this offer- the selected offeror must submit a completed copy of the listed representations and certifications; unless they have registered and have active profiles in the System for Award Management database with completed representations and certifications at the time this solicitation closes. The website is: https://www.sam.gov The clauses at FAR 52.212-4, contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, to include the following clauses sited and incorporated by reference: FAR 52-09-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52-222-50, 52.223-18, 52.225-3 with Alternate II, 52.232-33, 52.222-41, 52.222-55, 52.222-62 and Solicitation provisions that apply: 52.204-7 System for Award Management, 52.204-16 Commercial and Government Entity Code Reporting, 52.204-18 Commercial and Government Entity Code Maintenance, 52.211-6 Brand Name or Equal, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. The Service Contract Wage Determination WD-15-5539 (Rev. -8) effective 08/14/2018 covers the rates of work under this solicitation and can be located here: https://wdol.gov/sca.aspx 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 Invoice Processing 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: Vendor ¿s business invoice (upload your business invoice as an attachment to the IPP invoice before you click ¿submit ¿ in IPP). Vendor ¿s failure to attach the required documentation will result in the IPP invoice being rejected. NOTE: Content of a proper invoice shall include the following, in accordance with Federal Acquisition Regulation 32.9 ¿ Prompt Payment: (a) Name and address of the contractor. (b) Invoice date and invoice number (Contractors should date invoices as close as possible to the date of mailing or transmission). (c) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (d) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (e) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. (f) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).(g) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective 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 SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 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. 52.212-2 Evaluation - Commercial Items (Oct 2014) a) The Government will award a firm fixed-price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation which will is identified as demonstrating the best value to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 1) Price; 2) past performance (i.e., previous similar orders to Government agencies). Evaluation factor of past performance is approximately equal to price. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far The point of contact regarding this solicitation is Hal Hoversten, hal_hoversten@nps.gov **There is no site visit as the Roads Garage is currently under construction.** All questions regarding this Solicitation must be submitted by e-mail to Hal Hoversten at hal_hoversten@nps.gov no later than 1:00 pm Pacific Time on Thursday, September 6, 2018. If required, any questions received will be answered through an Amendment to this Solicitation. Quotes must be transmitted by e-mail to Hal Hoversten at hal_hoversten@nps.gov, no later than 12:00 pm Pacific Time on Wednesday, September 12, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8318Q0121/listing.html)
 
Record
SN05060343-W 20180830/180828231612-fe0c39a76f7e5dc4a4869765f01fb6b0 (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.