SOLICITATION NOTICE
56 -- RECOVERY - This is a request for Concrete Piers to support boardwalk foundations for the Rehabilitate South Slough Loop Trail (PMIS #152090A)
- Notice Date
- 4/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- PWR - LEWI Lewis and Clark NHP 92343 Fort Clatsop Road Astoria OR 97103
- ZIP Code
- 97103
- Solicitation Number
- Q9420101007
- Response Due
- 4/20/2010
- Archive Date
- 4/5/2011
- Point of Contact
- Edward V. McKee Contract Specialist 3605653025 ed_mcKee@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
- RECOVERY - THIS IS A PROJECT UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT.TAS: 14 1035:TAS RECOVERY Rehabilitate South Slough Loop Trail (PMIS #152090A) 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. The solicitation number is Q9420101007, and the solicitation is issued as a request for quotation (RFQ). This solicitation is a small business set -aside. Responsible small businesses concerns are encouraged to submit a quotation. The NAICS code is 238910 with an associated small business size standard of $14.00 in millions of dollars. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.arnet.gov/far. This solicitation will result in an award of a firm, fixed-price contract. Vendors note that firm fixed price contract in this context means a purchase order with a not-to-exceed amount. Notification of any changes will be made as modifications to this announcement. To receive an award, vendor must maintain a current registration at www.ccr.gov. The National Park Service, Lewis & Clark National Historical Park has a requirement for a single contractor to provide 120 ea Brand Name or Equal, "Diamond Pier" Concrete Piers (DP-50 with 50"pins as stated below. "Or Equal" means the system must be capable of meeting the key features listed. In additional, we required 450 ea Junior Caps. This solicitation is for supply and delivery only - no installation required. Key Features: The Piers must be able to be use as a foundation on projects, such as boardwalks, pavilions, overlooks, and bridges. And functional in wetland, tidal, sensitive or difficult access sites, and provide significant compression, uplift and lateral load capacity in these typically marginal, saturated soils. Delivery: F.O.B. Destination to Lewis and Clark, South Slough Trail, Astoria, OR. Lewis & Clark National Historical Park does not have a loading dock. Lewis & Clark National Historical Park prefers vendor be capable of off-loading shipment without assistance. However, if necessary, Park can assist off-loading with a forklift, in which case vendor shall make advanced arrangements; and state on quote if assistance with off-loading will be required. Preferred delivery days are Tuesday through Thursday between 8am and 3pm, Pacific Daylight Time. Note: The Government reserve the right to reject any material not satisfactory condition to perform the task, at the government's receiving person's discretion. DISCOUNTS: Vendor shall state on quote if any single item or quantity discounts are available, including net payment term discounts. PRICE SCHEDULE: CLIN0001, DP-50 with 50"pins or equal $____________each x 120 = $____________. CLIN0002, Junior Caps $____________each x 480 = $____________. CLIN003, Delivery F.O.B. Destination $____________lump sum. Delivery lead time after receipt of award ________ days. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Award will be made on an all-or-none basis, as a best value selection, to the contractor that the Government determines can best satisfy the objectives and requirements of this Request for Quotations, in a manner most advantageous to the Government, e.g. meeting the specifications for each line item, at a fair and reasonable price. The government reserves the right to make award without discussions. Quoters must be registered in the Central Contractor Registration (CCR) database in order to be considered eligible for award. The CCR website is http://www.ccr.gov. Quoters must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer, or be electronically registered at the Online Representations and Certifications Application (ORCA) website. The ORCA website address is http://orca.bpn.gov. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.arnet.gov/far or http://www.ios.doi.gov/pam/aindex.html. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, apply to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports, 52.22-26 Equal Opportunity; 52.225-01 Buy American Act; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. The following clauses apply in ordinance with this ARRA solicitation: 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; 52.215-2 Audit and Records-Negotiation (Use with Alternate I (Mar 2009)); 52-225-21 Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials (Use with applicable Alternate); 52.225-22 Notice of Required Use of American Iron, Steel, and Other Manufactured Foods-Buy American Act-Construction Materials. (Use with applicable Alternate); 52.244-6 Subcontracts for Commercial Items. Quotations must be received no later than Monday, April 26, 2010, 4:30 p.m., Pacific Daylight Time. Quotations may be submitted by fax or email to the point of contact below. Submit quotations to the attention of the Contracting Officer at Olympic National Park, 600 East Park Avenue, Port Angeles, WA 98362. The point of contact for this solicitation is: Ed McKee, Contract Specialist, Olympic National Park, telephone: 360-565-3025, email: Ed_McKee@nps.gov, fax: 360-565-3018. The government reserves the right to cancel this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9420101007/listing.html)
- Place of Performance
- Address: PWR - LEWI Lewis and Clark NHP92343 Fort Clatsop RoadAstoria, OR
- Zip Code: 97103
- Zip Code: 97103
- Record
- SN02112355-W 20100407/100405234311-1f4c12b6e193275bb86f755cc16cd865 (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 |