SOLICITATION NOTICE
19 -- Purchase of Boat, Motor and trailer with Trade-in
- Notice Date
- 8/21/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- NPS, MWR - MWRO MABO<br />601 Riverfront Drive<br />Omaha<br />NE<br />68102<br />US<br />
- ZIP Code
- 68102
- Solicitation Number
- 140P6019Q0028
- Response Due
- 9/5/2019
- Archive Date
- 9/20/2019
- Point of Contact
- Vanderzanden, Diana
- Small Business Set-Aside
- Total Small Business
- Description
- (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 140P6019Q0028 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) 2005-98. The FAC is available at https://www.acquisition.gov/FAR. (iv) This is set aside 100% for small businesses under NAICS Code 336612, Automotive Body, Paint, and Interior Repair and Maintenance with a small business size standard of 1,000 employees. 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: 10- Boat 20- Motor 30- Trailer (vi) The acquisition is for the purchase of a boat, motor and trailer with trade-in of current boat to include installation and delivery and the removal of trade-in for Saint Croix National Scenic Riverway, located in St. Croix Falls, Wisconsin. 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 quotations to Dorothy Qualley via email at dorothy_qualley@nps.gov. (vii) Delivery and pickup of trade-in to be no later than 30 days after award. Location for Delivery & Pickup of Trade-in: St. Croix National Scenic RIverway 401 N. Hamilton St. St. Croix Falls, WI 54024 (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (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 quotation 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. Evaluation factors can be found in 52.212-2 paragraph (a) of this document. (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 and a statement regarding any addenda to the clause. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. (xiii) 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: Combined Synopsis Solicitation 140P6019Q0028 Attachment 1 Statement of Work (2 pages) Attachment 2 DOL Wage Determination (20 pages) Attachment 3 Brand Name JOFOC Additional Contract Requirements Instructions to Offers a. Any questions pertaining to this solicitation must be sent via email to dorothy_qualley@nps.gov on or before August 29, 2019 at 2:00pm CST. All questions will be answered in an Amendment to this solicitation and posted on FBO.gov. 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 I - Technical Capability: Sub factor I- Strategy: Performance Plan; this plan is to detail how, when and who will be performing work of this contract. This plan must meet NPS approval it will also be used in rating contractors' performance and payment. Sub factor II- Team: Key Personnel; provide a resume of personnel including any and all work history, professional credential, certification and licensing. List of employees that will perform work of this contract. List is to included names, position title and responsibility and hourly rate. Sub factor III- Previous Experience: Provide a minimum of two examples of previously completed projects completed within the last three years that are of similar size and scope as this project. Describe the project requirement, work performed, and final outcome. Information should be short and concise, but provide the Government with enough detail to determine if the offeror meets the Government's technical criteria. Factor II - Past Performance: Provide contact information for all examples in Factor I, Sub factor III above. Information shall include name, phone number, address, and email if available. Factor III- Price: Provide your lump sum price with a breakdown of costs. Price will be subjectively evaluated for Best Value and Realism by the Government, considering total cost of all items to reach the best value for the Government, price and other factors considered. (xv) All offers must be submitted by the due date in order to be considered. Quotations are due on or before September 4, 2019 at 2:00pm CST. Quotations shall be submitted electronically to dorothy_qualley@nps.gov (xvi) Contract Administration Data Dorothy Qualley Purchasing Agent National Park Service, MWRO MABO 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1664 Phone dorothy_qualley@nps.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-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/140P6019Q0028/listing.html)
- Place of Performance
- Address: Saint Croix N.S.R.<br />401 N. Hamilton Street<br />St. Croix Falls<br />WI<br />54024<br />USA<br />
- Zip Code: 54024
- Country: USA
- Zip Code: 54024
- Record
- SN05413331-F 20190823/190821230043 (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 |