Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

54 -- Radio/Repeater Building, Walk-In Shelter with 40' Tower

Notice Date
6/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
Q8660080003
 
Response Due
7/15/2008
 
Archive Date
6/30/2009
 
Point of Contact
Janet S. Alexis Contract Specialist 9282261442 sharlene_alexis@nps.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
GRAND CANYON NATIONAL PARK Radio Repeater Building, Walk-In Shelter with 40' Tower (A) This is a combined synopsis/solicitation for a commercial ITEM prepared in accordance with the format stated in Federal Acquisition Regulations (FAR) Subpart 12.6, and the use of Simplified Acquisition Procedures as authorized, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are hereby being requested and a separate written solicitation will not be issued. NOTE: Due to formatting controlled upon submission by FedBizOpps, the original formatting of this document may become distorted or difficult to read. This announcement may be requested in Microsoft Word format by contacting J. Sharlene Alexis at sharlene_alexis@nps.gov. (B) The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation, to the offeror whose proposal provides the best value to the Government. (C) The proposed contract is set-aside for small business concerns since the amount is between $3,000.00 and $100,000.00 (FAR 13.003). However, large business concerns may submit a proposal but do so with the understanding that they will be considered only if no small business concerns request consideration. (D) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 www.acqnet.gov/FAR. (E) Solicitation#: A8660080003 (F) NAICS code: 332311 (G) Contract Line Items Contract line item 0001: 8' x 8' x 8' OR 8' x 10' x 8' Walk-In Shelter with 40' Tower Contract line item 0002: Freight/Shipping SCOPE OF WORK 1)The Grand Canyon National Park would like to purchase one (1) equipment shelter. The size will either be 8'(width) x 8'(length) x 8'(height), or 8'x10'x8'. Please quote on both sizes.2)Insulation in walls and ceiling.3)Hoisting tabs for flying shelter to the site using a helicopter.4)Meet weight restriction of 3000 lbs or less for a 8' X 8' X 8' building. (required for helicopter transport).5)Must have extended outriggers with leveling jacks at each corner to provide stability without the need for a concrete foundation.6)Must have built-in ballast baskets or containers for adding weight after installation, thus eliminating the need to install anchor bolts and tie the building down.7)Must have an option for adding brackets to mount solar panels on the sides of the building.8)Must have a complete grounding and lightning protection system for the radio equipment and the solar system, including a ground ring assembly kit for the building.9)Must have a base-hinged 40 foot articulated tower that can be raised and lowered mechanically for installing antennas and cabling, or to perform maintenance or repair work.10)Shelter paint color to be determined at time of award. Shelter delivery location is: Organ Pipe Cactus National Monument, ATTN: Connie Herrera, 10 Organ Pipe Drive, Ajo, AZ 85321. This location is 35 Miles south of Ajo, AZ. END OF STATEMENT OF WORK (H) Provisions and clauses noted below apply to this acquisition and may be accessed at http://www.acqnet.gov/far/index.html. FAR 52.212-1, Instructions to Offerors - CommercialFAR 52.212-2, Evaluation - Commercial Items (see below for full text)FAR 52.212-3, Offeror Representations and Certifications - Commercial itemsFAR 52.212-4, Contract Terms and Conditions - Commercial itemsFAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial itemsFAR 52.252-02, Clauses Incorporated by Reference (see below in full text)52.212-2 Evaluation-Commercial Items.EVALUATION-COMMERCIAL ITEMS (JAN 1999)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: in descending order of importance (most important first, ) - price, technical capability of the item offered to meet the Government requirement and past performance. Technical and past performance when combined is approximately equal to cost or price. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.252-2 Clauses Incorporated by Reference.CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will maketheir full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acqnet.gov. (I) Miscellaneous a) The contractor IS NOT required to perform actions as specified in the Department of the Interior Acquisition Policy Release (DIAPR) 2006-03: Implementation of Homeland Security Presidential Directive-12 (HSPD-12), Policy for a Common Identification Standard for Federal Employees and Contractors. b) For contracting questions contact J. Sharlene Alexis (928) 226-1442 sharlene_alexis@nps.gov. Please email all questions by July 9, 2008. c) In your quote include all applicable taxes. d) This solicitation will close on the close of business July 15, 2008 and quotes are due, via email to sharlene_alexis@nps.gov, by fax to J. Sharlene Alexis at (928) 226-6989 or otherwise, at the following address, IMR- GRCA Grand Canyon National Park Service, ATTN: J. Sharlene Alexis, 1824 S. Thompson St., Flagstaff, AZ 86001.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6df8cbe76dd1f76e5285c27e29e03255&tab=core&_cview=1)
 
Place of Performance
Address: IMR - ORPI - Organ Pipe Cactus National MonumentAjo, AZ
Zip Code: 85321
 
Record
SN01604051-W 20080702/080630220122-6df8cbe76dd1f76e5285c27e29e03255 (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.