SOLICITATION NOTICE
56 -- CONCRETE FOR YELLOWSTONE PARK
- Notice Date
- 7/9/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1574081025
- Response Due
- 7/25/2008
- Archive Date
- 7/9/2009
- Point of Contact
- Patty Oestreich Contract Specialist 3073442076 patty_oestreich.nps.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 the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574081025. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-27 and are available in full text through Internet access at http://www.arnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 238110 and the Small Business Standard size is $13.0M. QUOTES ARE DUE for this combined synopsis/solicitation on July 25, 2008 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Faxed quotes are preferred with all required documentation, no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to patty_oestreich@nps.gov. All questions regarding this solicitation should be faxed or emailed to patty_oestreich@nps.gov. Yellowstone National Park requires 225 cubic yards of concrete to be delivered in 4-6 truckloads over the period August 11 - September 30, 2008. The following is a description of the requirements: 225 cy six sack cement, redi mix concrete to be used for footings and foundation walls for the Grant Village Sewer Treatment Plant. Total yardage would be scheduled into 4-6 placments between the start and end dates of August 11 - September 30, 2008. Vendor will be given no less than four days notice to deliver concrete, a clean out area is available. Park speed limit is 45 mph and animal/traffic jams are to be expected, which may greatly increase time on the roads. Mileages from the entrances of the Park to the job site are as follows: South Entrance (Jackson WY)25 milesWest Entrance (West Yellowstone MT) 40 milesEast Entrance (Cody WY)50 milesNortheast Entrance (Cooke City MT) 87 milesNorth Entrance (Gardiner MT) 75 miles PRICE PER CUBIC YARD$______________________ DELIVERY CHARGE $______________________ Business Name: _________________________________________DUNS:_________________________ Business Address: __________________________________________________________________________ Business Phone: ______________________________________FAX: ____________________________ Email Address:___________________________________________ Offeror Name: ______________________________________________ Date: _______________________ (Please Print) Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.211-16 VARIATION IN QUANITY, permissable variation shall be limited to 10% increase/decrease.52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5d109bb4d2ee9a71bd72ad5f58bf9d9a&tab=core&_cview=1)
- Place of Performance
- Address: GRANT VILLAGE YELLOWSTONE PARK WY
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN01610184-W 20080711/080709222358-5d109bb4d2ee9a71bd72ad5f58bf9d9a (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 |