SOLICITATION NOTICE
83 -- BRAND NAME OR EQUAL OVAL TENSION-BASED TENT
- Notice Date
- 8/19/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- MWR - Midwest Regional Office National Park Service 1709 Jackson Street Omaha NE 68102
- ZIP Code
- 68102
- Solicitation Number
- Q6490020068
- Response Due
- 9/6/2002
- Point of Contact
- Andre Ward Contract Specialist 4022213429 andre_ward@nps.gov
- E-Mail Address
-
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.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; proposals are being requested and a written solicitation will not be issued. Solicitation number Q649002068 is issued as a request for quotation (RFQ). This notice incorporates the provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2001-08. This acquisition is reserved exclusively for small business concerns and set aside 100%. The associated NAICS code 314912 and small business size standard 500 employees apply. This agency has a firm requirement for a BRAND NAME OR EQUAL Oval Tension Based Tent (to include incidental supplies and services described in this announcement), and this office intends to procure said items using Simplified Acquisition Procedures prescribed in FAR Part 13. All offers, timely received, will be considered. EVALUATION OF OFFERS: The award will be made on an "all-or-none" basis. Offerors quoting "or equal" must submit product literature to describe the salient physical, functional, and or performance characteristics of the item offered. Comparative evaluations of offers will be accomplished. The following CRITERIA: technical capability, price, and other non-price factors based on readily discernible value indicators, such as past performance, warranty conditions, and maintenance availability apply to this acquisition. Subjective analysis of these factors should result in BEST VALUE to the government consistent with the guidance in FAR 12.602 and 13.106-2. The offer deemed most advantageous to the Government will be selected for award. DESCRIPTION: Contract Line Item Number 0001: Model S-2000 Saddle Span Tent, Mfg: Tentnology, 15427-66th Avenue, Surrey, British Columbia, Canada V3S 2A1. QUANTITY: One (1), UNIT OF MEASURE: Job. SPECIFICATION: The item offered must be versatile, durable and user-friendly as lations. The duration of set-up/tear-down of tent (to include attachment of modified end) shall not exceed 5 hours using 3-4 men and without the aid of extra equipment such as forklifts or cranes. The tent, once erected, must be capable of withstanding extreme weather conditions to include but not limited to high wind and heavy snow; SIZE: 70' 11 ?" x 40'6" x 16' ?" high (2167 sq. ft); FABRIC: 17oz. TAN polyester-reinforced vinyl treated to resist mildew, ultra-violet degradation and abrasion, fire resistant and meeting NFPA 701 and UL 214 code requirements. Blackout fabric on the interior of modified end (see below, structural modification) shall be used to aid in A/V presentation; STRUCTURE: Manufactured in accordance with (IAW) recognizable standards, such as ISO_9002, to assure high quality and craftsmanship. Innovations such as an aluminum truss (to reduce shipping and handling expense) and or similar more efficient, cost effective approaches are encouraged; GRAPHICS: A simple (4) color graph design (government furnished) to be applied per manufacture's recommendation/specification and entirely visible on both sides of tent when viewed in the full, enclosed mode. The government reserves the right to conduct on-site inspection for the purpose of approval/acceptance of graphical application prior to delivery; LIGHTING: Framing for lighting (minimum 2 beams at opposing ends, or more as determined by the contractor, but sufficient to illuminate entire stage and seating area) required. Bulbs and fixtures (exact number determined by contractor to meet the above requirement) included; STRUCTURAL MODIFICATIONS: The purpose of this modification is to allow for the rear projection of visual images (as an A/V unit will be installed inside the side doors of the semi-trailer as part of an entirely different project). Contractor shall engineer and fabricate a modified end capable of easy, secure attachment along the top-edge of a 53' semi-trailer (per manufacture recommendation/specification to assure structural integri tems support structure (which will be housed inside the semi-trailer as part of another project) to the tent. Detailed drawings will be made available upon request; ACCESSORIES: Gin Winch, Stake driver, 600w Dimmer Switch, Ground Sheet, Pry Bar Shoe Horn (4), and guttering materials for (2) door ways; Related items (such as the above hardware and equipment) should be priced separately; and WARRANTY: One-year, from training date, on parts and workmanship for tent structure, fabric, and lighting. Contract Line Item Number 0002: NON-PERSONAL SERVICES: QUANTITY: One (1), UNIT OF MEASURE: Job. DESCRIPTION: TRAINING: 40-hour on-site training for up to 32 participants spread over five consecutive weekdays, M-F, in the Washington, D.C. metropolitan area (exact date and location to be determined by the parties). Also, included are product manual, installation video, and one-year phone/email support; Contract Line Item Number 0003: Shipping and Handling Charges, QUANTITY: One (1), UNIT OF MEASURE: Job, DESCRIPTION: The delivery destination is continental U.S (the exact location to be determined later). F.o.b. destination requested. No partial shipments allowed. The Contractor shall enter the prepaid shipping cost on the invoice as a separate item. If transportation charges are stated separately on the invoice, the Contractor shall retain related paid freight bills or other transportation billings paid separately for a period of 3 years and shall furnish the bills to the Government upon request; The provision 52.212-1, Instructions to Offerors-Commercial and 52.212-3, Offeror Representations and Certifications-Commercial Items, (to be completed and return with the offer) apply. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, 52.223-4, Recovered Material Certification (to be completed and return with offer as applicable), and 52.232-34 Payment by Electronic Funds Transfer-Other than Central dvance payments prohibited. Delivery payments based on accepted deliverables available. Offers are due NLT September 06, 2002, 4:30 p.m. CST. Submission via email is preferred, but postal mail acceptable. Direct questions involving this solicitation to Andre Ward, Contract Specialist, e-mail: andre_ward@nps.gov, telephone (402) 221-3429 or fax (402) 221-4251. PS The years 2003-2006 mark the bicentennial of the Lewis and Clark Expedition. To help commemorate this epic journey, this acquisition directly support the Corps II Discovery education center that will travel through 19 states.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=812537)
- Place of Performance
- Address: CONTRACTOR'S MANUFACTURING PLANT OR OFFICE
- Zip Code: 68102
- Country: USA
- Zip Code: 68102
- Record
- SN00144235-W 20020821/020819213715 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |