SOLICITATION NOTICE
71 -- Provide Victor Stanley Ironsites Series S-35 litter receptacles and components.
- Notice Date
- 4/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NCR - NAMA - National Mall & Memorial Parks - Division of Administration 900 Ohio Drive, SW Washington DC 20024
- ZIP Code
- 20024
- Solicitation Number
- Q3400100125
- Response Due
- 5/11/2010
- Archive Date
- 4/26/2011
- Point of Contact
- Errick Hardy Contract Specialist 2022454689 errick_hardy@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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q3400100125 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. Response is due on or before May 11, 2010. The North American Industry Classification System (NAICS) is 337127; the size standard is less than 500 Employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. This procurement is a commercial item. The estimated magnitude of this procurement is between $50,000.00 and $100,000.00. Pricing Schedule The National Park Service, National Mall and Memorial Parks has a requirement to purchase the following: 1. Victor Stanley Ironsites Series S-35 Receptacle 110 @ $______________ each Color: Standard BlueDescription: Shall be blue recycling litter receptacle with top lid insert (standard tapered formed). Lid shall be secured with vinyl coated galvanized steel aircraft cable. Cable shall be looped around welded in place attachment brackets and crimped in place. 2. S-35 Recycle Lid Decal, Layout ID 2891-05a110 @ $_______________ each Graphics Application (shall be digitally printed onto a pressure sensitive vinyl decal and applied to each lid).Lid Size - 18 1/2"Decal Size - Approximately 18" Outside DiameterDecal Material Color - ClearImage Color - WhiteLid Color - Blue 3. 1/8" ABS Plastic Bottom Plate Cover (sits on 3/8" by 3" support bars)110 @ $______________ each 4. High capacity, high density 24-gallon black plastic liner110 @ $_____________each 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. FOB - destination.The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at https://www.acquisition.gov/far/index.html: 52.212-1, Instruction to Offerors--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; 52.214-34, Submission of Offers in the English Language; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3, Buy American Act-Free Trade Agreements; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Quotation will be reviewed to determine that it represents the greatest value to the Government, price and other factors considered. The government will evaluate the Contractor's: 1. Ability to meet the technical requirements 2. Price 3. Delivery Offeror Submittals: 1. Technical description of the product (i.e. cut sheets, photos, etc.). 2. Unit Price (for each item in the Pricing Schedule above). The offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. Shipping charges, if any, shall be reflected in the unit price. 3. Provide the earliest possible delivery date. Delivery will be at our Brentwood Maintenance Facility, 515 New York Ave., Washington, D.C. 20002. 4. Completed original FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. Quotation submission requirements: Quote shall be submitted as an email or original for receipt no later than 4:00 p.m., ET, May 11, 2010 and be clearly marked with Request for Quotation Number Q3400100125. Offeror is hereby notified that if your quotation is not received by the date, time, and location specified in this announcement, it will be considered late. Offers shall be sent to the National Park Service, National Mall and Memorial Parks, Office of Acquisition Management; Attn: Errick Hardy, Contract Specialist; Request for Quotation Number Q3400100125; 900 Ohio Drive SW, Washington, D.C. 20024-2000 or email errick_hardy@nps.gov. Quotation by telephone or facsimile (fax) will not be accepted. The point of Contact for this requirement is Errick Hardy, Contract Specialist at (202) 245-4689 or errick_hardy@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3400100125/listing.html)
- Place of Performance
- Address: National Park Service, National Mall and Memorial Parks, Washington, D.C.
- Zip Code: 200242000
- Zip Code: 200242000
- Record
- SN02131935-W 20100428/100426234627-0d37742f0454ea0227d0b2c12eadd567 (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 |