Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2009 FBO #2918
SOLICITATION NOTICE

99 -- Fabrication of Signage for New Bedford Whaling National Historical Park

Notice Date
11/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
HFC - Acquisition Management National Park ServiceHarpers Ferry Center230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
Q1105100002
 
Response Due
12/7/2009
 
Archive Date
11/18/2010
 
Point of Contact
Melody L. Wolfe Contract Specialist 3045356495 melody_wolfe@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@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 along with Request for Quotation Number Q1105100002 constitutes the entire solicitation. Technical data, warranty, and price proposals are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This acquisition is a total small business set-aside. Responses are due on or before December 7, 2009. The North American Industry Classification System (NAICS) code is 339950 and the related small business size standard is 500 employees. The National Park Service has a requirement for the production of Motorist Guidance, Pedestrian Wayfinding, and Identification signs for New Bedford Whaling National Historical Park, New Bedford, Massachusetts. Due to space limitations, the complete commercial item specifications are contained in Request for Quotation Number Q1105100002. Interested contractors should download the Request for Quotation. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. Warranty period shall be for a minimum of one year after acceptance. All signs shall be shipped FOB - Destination. The following provisions and clauses are applicable to this announcement and are available at www.arnet.gov. 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-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 Alternates I and II, 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, 52.225-13 Restrictions on Certain Foreign Purchases, 52.227-16 Additional Data Requirements, 52.227-17 Rights in Data -- Special Works, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-4 Applicable Law for Breach of Contract Claim, and 52.245-1 Government Property. Offerors should submit the following: 1. Three references for contracts that are similar in size, complexity and nature to this work that you have completed within the past five years; 2. Technical capability to produce the signs required by this contract; 3. Description of warranty; 4. Completed Attachment C, Contract Pricing Form; and 5. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, if not registered in the Online Representations and Certifications Application (ORCA) database. 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. Past Performance.Evaluation will be based on either an acceptable or unacceptable past performance. 2. Technical Capability. Evaluation will be based on the contractor's ability to produce all signs as required by this contract. 3. Warranty. Evaluation will be based on the terms and conditions of the warranty offered for the signs. 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. Proposal submission requirements follow: All proposals shall be submitted in an original and one copy for receipt no later than 4:00 p.m., ET, December 7, 2009, and must be clearly marked with Request for Quotation Number Q1105100002. Offerors are hereby notified that if your proposal is not received by the date and time and at the location specified in this announcement that it will be considered late in accordance with FAR Part 52.212.1(f). All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention: Melody Wolfe, Contract Specialist; Request for Proposal Quotation Q1105100002; P.O. Box 50; 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425-0050 or via e-mail at melody_wolfe@nps.gov. Proposals by telephone transmitted facsimile (fax) or electronic mail will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1105100002/listing.html)
 
Place of Performance
Address: New Bedford, Massachusetts
Zip Code: 02740
 
Record
SN02006176-W 20091120/091118235149-dcdf3871362a23d18e261f45ce1836c3 (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.