SOLICITATION NOTICE
J -- SACN - Repaint Floating Toilet Barges
- Notice Date
- 8/8/2019
- Notice Type
- Synopsis
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- NPS, MWR - MWRO MABO<br />601 Riverfront Drive<br />Omaha<br />NE<br />68102<br />US<br />
- ZIP Code
- 68102
- Solicitation Number
- 140P6019Q0025
- Response Due
- 8/23/2019
- Archive Date
- 9/7/2019
- Point of Contact
- Vanderzanden, Diana
- Small Business Set-Aside
- Total Small Business
- Description
- SACN - Repaint Floating Toilet Barges 140P6019Q0025 (i) 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. (ii) All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6019Q0025 and is issued as a Request for Quotation (RFQ) under FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03. The FAC is available at https://www.acquisition.gov/FAR. (iv) This is set aside 100% for small businesses under NAICS Code 238320 - Painting and Wall Covering Contractors with a small business size standard of $15.0 million. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov in order to be considered for award. (v) Line items: Complete surface restoration for a combined total of approximately 1,664-square feet on four 10-foot x 20-foot x 4-foot (d) steel, floating barge, toilet facilities. (vi) The acquisition consists of furnishing the supplies, materials, labor, tools and equipment (to include off-site transportation and on-site return) necessary to complete surface restoration for a combined total of approximately 1,664-square feet on four 10-foot x 20-foot x 4-foot (d) steel, floating barge, toilet facilities which are conjoined to create two 20-foot x 20-foot x 4-foot (d) units currently located at, and to be returned to, Wolf Marine; 514 Alder Street East; Stillwater, MN 55082. Each of two conjoined units are equipped with eight portable, general purpose restrooms (port-a-johns), two Architectural Barriers Act Accessibility Standards (ABAAS) compliant, portable restrooms (port-a-johns) and one ABAAS compliant gangway. National Park Service (NPS) personnel will separate conjoined units and remove port-a-johns, gangways and mooring devices prior to off-site restoration activities. All associated expense for barge loading/unloading requirements and on-site amenity storage during restoration activities, will be borne by the Contactor and coordinated with the Contracting Officer ¿s Representative (COR). Product and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit quotes to Adam Kircher via email at adam_kircher@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Off-site removal of the barges will occur on a date after 21 October 2019, but no later than 31 October 2019. On-site return of the barges will occur no later than 30 November 2019. (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 52.212-1 ¿ Instructions to Offerors -- Commercial Items (OCT 2018) ADDENDUM, applies to this acquisition. 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 52.212-1 - Instructions to Offerors -- Commercial Items (OCT 2018) ADDENDUM, applies to the acquisition. The Contractor shall comply with the attached Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: Attachment 1 - Scope of Work (5 pages) Attachment 2 - DOL Wage Determination (18 pages) Attachment 3 ¿ Terms and Conditions (31 pages) SITE VISIT: Site visits may be arranged during normal duty hours by contacting: Name: Adam Kircher Telephone: 402-661-1606 Email: adam_kircher@nps.gov Additional Contract Requirements Instructions to Offers a. Any questions pertaining to this solicitation must be sent via email to adam_kircher@nps.gov on or before August 20, 2019 at 11:00 CST. All questions will be answered in an Amendment to this solicitation and posted on fbo.gov on August 21, 2019. b. At a minimum, offers must include - (1) The completed Standard Form 18: - Complete blocks 11c,d,e,f and all parts of blocks 13,14,15 and 16. - Provide your companies DUNS number and CAGE Code under which your offer is made. - See sections highlighted in Provisions and Clauses and complete as required. (2) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (3) Required Documents showing: FACTOR 1: TECHNICAL PROPOSAL The technical proposal shall be submitted in a format that addresses each of the evaluation factors in order, as listed below. Information pertinent to each of the factors shall be included in the technical proposal. The NPS does not recommend the use of ¿see paragraph X ¿ or similar verbiage as a suitable answer to any evaluation factor. The technical proposal shall not exceed five (5) pages of type written, single sided, 8-1/2 ¿ x 11 ¿ pages using a font not smaller than 12 point. Title pages and tables of contents are excluded from the five (5) page limit. SUBFACTOR 1: Describe a minimum of two projects completed in the last three years that are similar in size and scope to this project. Include the name of the project, location, and date completed. SUBFACTOR 2: Describe your plan for completing the project including a detailed work schedule and proposed materials. FACTOR 2: PAST PERFORMANCE Offeror shall provide references for the projects of similar size and scope described in Factor 1, Sub-factor 1. Offeror shall provide the name of company providing reference, name of individual providing reference, and reference point of contact phone number. FACTOR 3: PRICE PROPOSAL Offeror shall submit a price for all items as described in the Scope of Work. Offeror shall provide detailed price breakouts for all work to include labor hours, material, overhead, and profit. The contractor shall provide the following documents: - Vendor's sheet showing proposed hours for each labor category, hourly rates, itemized material detail, overhead, profit and any other applicable detailed costs. (a) Realism is defined as costs in an offeror's proposal considered realistic for the work to be performed, reflecting a clear understanding of the requirements, and consistent with the various elements of the offeror's technical proposal (all Tabs other than Price). Note: (1) The government requires a breakdown of cost for each line item. A total price will be inserted on the line for each Line Item, including labor hours, material, overhead, and profit. (2) Prices must be entered for all items of the schedule. Additions will be subject to verification by the Government. (ix) Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. (x) Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS- MAY 2015 COMMERCIAL ITEMS, applies to this acquisition. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS- MAY 2015 COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (End of addendum) (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-50, Combating Trafficking in Persons (JAN 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 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). 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C.206 and 41 U.S.C. chapter 67). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xiii) N/A (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before August 23, 2019 at 16:00 CST. Quotes shall be submitted electronically to adam_kircher@nps.gov (xvi) Contract Administration Data Adam Kircher Contract Specialist National Park Service, MWRO MABO 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1606 Phone 402 661-1607 Fax adam_kircher@nps.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6019Q0025/listing.html)
- Place of Performance
- Address: NPS, MWR, St Croix NSR<br />401 N Hamilton Street<br />St. Croix Falls<br />WI<br />54024-9214<br />USA<br />
- Zip Code: 54024-9214
- Country: USA
- Zip Code: 54024-9214
- Record
- SN05397887-F 20190810/190808230017 (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 |