Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2006 FBO #1728
SOLICITATION NOTICE

83 -- Yurts

Notice Date
8/18/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574060173
 
Response Due
8/25/2006
 
Archive Date
8/18/2007
 
Small Business Set-Aside
N/A
 
Description
Yurts for Yellowstone National Park A) This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is issued as a Request for Quote, #Q1574060173. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 314912 & 321992; Small business size standard: maximum of 500 employees. The proposed contract is not a set-aside; all responsible business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The anticipated award date is on or about Tuesday, August 29, 2006. Address questions regarding this solicitation to John Chaney at john_chaney@nps.gov or 307-344-2079. B) Statement of Work: B.1. GENERAL: This project is for the supply and delivery of three 30-foot diameter yurts. The yurts shall meet or exceed all the following specifications. B.2. PURPOSE: The yurts will provide a safe shelter from the environment for visitors until a permanent structure is completed. B.3. SCOPE: The contractor shall engineer, fabricate, furnish and deliver 3 complete yurt kits to Old Faithful, based on the information provided. Contractor shall provide all necessary personnel, supervision, tools, equipment, transportation, material and hardware for the fabrication and deliver of the shelters. All applicable fire and safety codes shall be met. B.4. PARTS LIST: Contractor shall provide a listing of all parts and installation instructions for the erection of the yurts. B.5. PRINTS: Contractor shall provide blueprints, specifications and descriptions of work for shelter erection. All design and analysis calculations shall be signed and stamped by a certified engineer and shall conform to the most stringent standards applicable to said fabrication. B.6. SCHEDULE: Delivery shall be coordinated with the Contracting Officer (CO). The contractor is responsible for transporting the shelter to the final destination. Park Service personnel will assist with off loading at the Old Faithful site. Three days advance notification of delivery shall be required. Delivery will not be allowed on weekends or holidays unless prior approval from the Contracting Officer is obtained. B.7. SHIPPING/HANDLING: Delivery and inventory of all materials and equipment shall be the responsibility of the contractor. Yurts shall be crated for delivery. Replacement of damaged or missing item(s) shall be with the same part number at no additional cost to the Government and upon approval of the Contracting Officer. B.8. ACCESS: The delivery site is located in Yellowstone National Park, Old Faithful. The Contractor shall contact visitor services (307) 344-2107 for road information and entry permit prior to entry into the park. B.9. GENERAL FABRICATION SPECIFICATIONS B.9.1. SIZE: Shelters are a one-room design. The shelters outside dimensions are: thirty feet in diameter. seven foot wall height. B.9.2. SIDE COVER: The sides walls shall be acrylic coated 100% polyester 9.6 oz per square yard. Color shall be Main Street 211 MS Toast or equal. B.9.3. TOP COVER: The top cover shall be 28 oz. heavy duty vinyl/polyester. Color shall be tan. B.9.4. FABRIC WARRANTY: Top cover fabric shall carry a fifteen year warranty. Side cover fabric shall carry a seven year warranty. Fabric shall meet or exceed CPAI 84 flame resistance specifications. Fabrication and workmanship and materials shall carry a one year warranty. B.9.5. INSULATION: Side and Top insulation shall be required. Insulation shall be reflective insulation with polyester liner ivory in color. Insulation shall be fabricated to match the window and door configuration. B.9.6. DOORS: Each yurt shall have two standard 76-inch high outward opening doors. Crash bar and doorknob lock shall be installed. All locks on each shelter shall be keyed the same. Location of the doors will be determined by the Contracting Officer upon acceptance of the bid and award. B.9.7 WINDOWS: Each yurt shall have four 54 X 45-inch windows with weather flaps and screens. Location of the windows will be determined by the Contracting Officer upon acceptance of bid and award. B.9.8. WEATHER RESISTANCE: The shelters shall be equipped with snow and wind kit with central column to handle a snow load of 65 psf and wind speeds of 90 mph. B.9.9. STOVE FLASHING: Each shelter shall have one 8-inch stove opening flashing. The location of the opening will be determined by the Contracting Officer after acceptance of bid and award. B.9.10. SUPPORT: The Contractor shall have available to the Government a technical assistance phone line. The line shall be accessible during normal business hours Monday through Friday, except on holidays to answer technical questions during the construction of the YURTS. C) Clauses and Provisions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating from all sources contacted by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source." Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. The apparent successful Quoter shall shall complete provision 52.212-3, Offeror Representations and Certifications-Commercial prior to award. A copy of the provision can be downloaded at: http://acquisition.gov/far/current/html/52_212_213.html#wp1179194 Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, and 52.232-29. D) Submission of Quotes: Quoters shall e-mail or fax their quotations to John Chaney at john_chaney@nps.gov or 307-344-2079. Quotes shall be submitted so as to insure arrival by 5:00 pm Mountain Standard Time, Friday, August 25, 2006. E) Contract line items: Line Item #: 1, Description: 3 Yurts, Total Price: $________________, F) Amendment Acknowledgement: Quoter shall note on the following line the amendments received:: ______________________________________________________________________________________ G) Quoter Information: Company Name: ______________________________________________________________________________________ Address: ______________________________________________________________________________________ Phone: ______________________________________________________________________________________ Fax: ______________________________________________________________________________________ e-mail: ______________________________________________________________________________________ Name (print): ______________________________________________________________________________________ Signiture: _____________________________________________________________
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2240303)
 
Place of Performance
Address: Yellowstone National Park, Wyoming
Zip Code: 82190
Country: USA
 
Record
SN01119812-W 20060820/060818221850 (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.