Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

R -- Barrier Island Visitor Center, Assateague Island National Seashore, Berlin, Maryland

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
HFC - Acquisition Management National Park Service Harpers Ferry Center 230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
Q1106070127
 
Response Due
10/10/2007
 
Archive Date
9/12/2008
 
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 along with Request for Proposal Number N1106070127 constitutes the entire solicitation. Proposals, warranty information and price quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This acquisition is a total small business set-aside. Responses are due on or before October 10, 2007. The North American Industry Classification System (NAICS) code is 712130 and the related small business size standard is $6.5 million average annual receipts of the business concern. The National Park Service has a requirement to provide all services including labor, materials, equipment, facilities, and travel, necessary to prepare a schematic engineering design for the new aquaria and the associated life support systems and equipment at the new Barrier Island Visitor Center, Assateague Island National Seashore, Berlin, Maryland. At the option of the government, the scope of work may be modified to include optional work elements including engineering development, detailing, fabrication, delivery to the site and installation of the aquaria, life support systems, and associated elements in the aquaria support room. All equipment and installation materials required shall be new and furnished whether specifically enumerated herein or on any associated drawings. Due to space limitations, the complete commercial item specifications are contained in Request for Proposal Number N1106070127. Interested contractors should download this request for proposal, including attachments. If an offeror proposes to furnish an "equal" product, the manufacturer and model number(s) of the product to be furnished and descriptive literature for the proposed product shall be included in the proposal. The determination as to equality of the product shall be the responsibility of the National Park Service and will be based on information provided by the offeror. The National Park Service is not responsible for locating or securing any information that is not identified in the proposal and reasonably available to the National Park Service. To insure that sufficient information is available, the offeror must furnish as a part of their proposal all descriptive material (such as cut sheets, illustrations, drawings and other information) necessary for the National Park Service to determine whether the product meets the salient characteristics of the requirement. If the offeror proposes to modify a product so as to make it conform to the requirements of this announcement, they shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. Warranty period shall be confirmed to be one year after acceptance. Delivery of the schematic design package and presentation for Phase I must be completed on or before January 25, 2008. Optional Phase II work, Engineering Development, Fabrication, and Installation shall be completed on or before March 20, 2009 with project closeout on or before April 17, 2009. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1, Instructions to Offerors--Commercial Items; 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, 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I, 52.214-34 Submission of Offers in the English Language, 52.214-35, Submission of Offers in U.S. Currency, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.222-3, Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.227-17 Rights in Date - Special Works, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration and 52.245-2, Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria: 1. Evaluation will be based on the offeror's technical approach to be used in the development and execution of all work elements included under this contract. Offerors should include a step-by-step description of how the work will be completed. Identify which tasks the contractor shall perform in-house, as well as which tasks shall be subcontracted, and the name of the subcontractor. Describe how all subcontractors, if any, shall be used and integrated into the overall development and fabrication process. Describe how information and decisions shall be communicated among all subcontractors and with the COR. Provide a written description of how the fabrication phase will proceed. 2. Evaluation will be based on samples of work. Submit color photographs and as-built drawings of finished marine aquaria and marine touch tanks in visitor centers, or other public places and their associated life support systems, with which the contractor and subcontractors played a major role in developing; include a brief narrative describing the nature of the work contributed. Include at least one intermediate deliverable demonstrating the development process for the provided samples of work. Provide the name of the key personnel associated with each samples of work with a brief description of their specific role. Submit a minimum of five and a maximum of ten color photos for each project. One photo shall be a close-up showing the structural nature of the aquarium such as the juncture of glass to edge channel. For each completed project, include: Name and location of project; Year it was completed and opened to the public; Size of tanks or water environments, by gallons and by square feet; Original contract price, and the final price, if different, stating the reasons for the cost change; and Client contact person including name of project, individual's name, title, address, phone number and email address. 3. Evaluation will be based on education, knowledge, and work experience of all personnel, including subcontractors proposed for use under this contract. Evaluation will include the degree which the experience and roles of personnel in sample projects and resumes match their proposed roles under this contract. Include a listing of key personnel proposed, including the Project Manager for this project. Special emphasis will be placed on personnel with documented experience in dealing with aquaria. Include resumes for all personnel identified. Resumes shall document education, knowledge, related work experience, and qualifications. As stated in evaluation criteria number two, link key personnel to the samples of work provided. The contract requires that the contractor have on staff, or available as a subcontractor, a person with knowledge and experience of marine animals. State which staff person or subcontractor has this knowledge and list experience or training in this field. 4. Evaluation will be based on the details regarding the warranty for the aquaria and associated elements and how warranty work will be handled. The evaluation criteria are listed in descending order of importance. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. Options: The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). Proposal submission requirements follow: All proposals shall be submitted in an original and one copy for receipt no later than 4:00 p.m., EST, October 10, 2007, and be clearly marked with Request for Proposal Number N1106070127. Offerors are hereby notified that if your proposal is not received by the date, time, and at the location specified in this announcement that it will be considered late. All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention: Dee Dee Bender, Procurement Technician; P.O. Box 50; 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425-0050. Proposals by telephone transmitted facsimile (fax) will not be accepted. Offerors should submit the following: 1. Technical approach to be used in the development and execution of all work elements included in this contract which demonstrates the ability to ensure the quality, timeliness, and effectiveness of the finished products produced. 2. Samples of work and documentation from prior projects produced by personnel that was of similar size and complexity. 3. Resumes of personnel proposed for use under this contract including subcontractors. Special emphasis will be placed on personnel with documented experience in dealing with aquaria. 4. Details regarding the warranty for the aquaria and associated elements, including details of how warranty work will be handled. 5. Completed Supplies or Services and Price/Costs form which includes a detailed breakdown for each exhibit element, including a total firm-fixed-price. 6. Technical description and/or product literature. 7. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. The point of contact for this requirement is Dee Dee Bender, Procurement Technician, at (304) 535-6227, email dee_dee_bender@nps.gov. Offerors who contact anyone regarding this project, other than personnel within the Office of Acquisition Management, Harpers Ferry Center, including but not limited to, the park or designer, will automatically be excluded from competition.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2687930)
 
Place of Performance
Address: Berlin, Maryland
Zip Code: 21811
Country: USA
 
Record
SN01406132-W 20070915/070913222737 (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.