SOLICITATION NOTICE
95 -- Louvered Steel Doors and Windows for Vault Toilets in Yellowstone National Park
- Notice Date
- 8/23/2010
- Notice Type
- Presolicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1576103005
- Response Due
- 9/7/2010
- Archive Date
- 8/23/2011
- Point of Contact
- Stacy L. Vallie Contract Specialist 3073442076 stacy_vallie@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 the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1576103005. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 332321 and the small business size standard is 500 employees. QUOTES ARE DUE for this combined synopsis/solicitation on September 7, 2010, at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors must furnish the company name, DUNS 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 stacy_vallie@nps.gov. All quotes from small business will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please. Installation of doors and windows will be done by the National Park Service. This solicitation is for the doors and windows only. No hardware (screws, door handles, etc.) is needed. Strafford brown color chip will be provided to the awarded contractor. Delivery shall be 30 days from award of contract. Expected award date is September 14. Following is a description of the requirements: Line Item 1: Twenty-nine (29) pre-hung steel doors each with a louvered/screen unit* installed as follows: 1) Complete pre-hung doors with 3'0" x 6'8" x 3 half jambs 18 gauge steel G2 door with 16 gauge steel frame installed per drawings available by emailing stacy_vallie@nps.gov2) Framed 18 x 12 x 1 privacy louver/screen unit within the door; installed10 inches from the bottom of the door and centered (8-1/8 from either size) horizontally;louvered/screen units (double-panels for back-to-back installation), 18 gauge galvalized CRS frame and blades, mitered and welded corners with countersunk mounting holes and Sherwin Williams Strafford brown exterior industrial enamel for highly corrosive environments baked on powder coat with bronze mesh insect screen3) Door assembly must be hung with three (3), 4 x 4 stainless leaf spring hinges per door4) Door opens out of the building. When outside facing the door, hinges are on the left and cut out for handle is on the right.5) Doors shall be primed and colored Sherwin Williams Strafford brown exterior industrial enamel for highly corrosive environments6) Price shall include delivery to Mammoth Hot Springs, Yellowstone National Park, Wyoming 82190 Price per door: $____________________ Extended price for 29 doors: $___________________ Line Item 2: Thirty-one (31) fabricated and installed framed privacy windows with two louver/screen units* to fit existing opening as follows: 1) Window assembly shall include two (2) louvers/screen units (double-panels for back-to-back installation), 18 gauge galvanized CRS frame and blades, mitered and welded corners with countersunk mounting holes, Strafford brown baked on powder coat with bronze mesh insect screen installed as follows: one at the top and one at the bottom and in the center is a framed Lexan translucent ivory colored panel that is 36 high x 16 wide x 1/4" thick, overal per drawings (available by emailing stacy_vallie@nps.gov). 2) Overall size of window assembly is 62 high x 1 10 wide3) Frame and louvers shall be primed and colored Strafford brown4) Price shall include delivery to Mammoth Hot Springs, Yellowstone National Park, Wyoming 82190 Price per window: $__________________ Extended price for 31 windows: $____________________ TOTAL PRICE FOR ALL DOORS AND WINDOWS$_______________ (including delivery**) **Quoted price should include delivery to the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park, Wyoming 82190. ________________________________________________________ Solicitation #:Q1576103005Quotes due:September 7, 2010, by 4:30 PM Mountain Daylight time Submit to:stacy_vallie@nps.gov or fax to 307-344-2079 Date:______________________Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offeror Name: ________________________________________ This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-40. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 52.212-2 EVALUATION-COMMERCIAL ITEMS - applies to this acquisition. Paragraph a of the provision is hereby replaced with the following: Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoters past performance, and / or references obtained from any other source. Clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-10, 52.225-1, 52.225-13, 52.232-33 Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1576103005/listing.html)
- Place of Performance
- Address: Yellowstone National Park, Wyoming
- Zip Code: 821900168
- Zip Code: 821900168
- Record
- SN02250522-W 20100825/100823234701-2fa0c99b5d126f748522be43dfbd4731 (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 |