SOLICITATION NOTICE
71 -- Visitor Center Information Desk
- Notice Date
- 6/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - BICA - Bighorn Canyon National Recreation Area PO BOX 7458 ( 5 Avenue B ) Fort Smith MT 59035
- ZIP Code
- 59035
- Solicitation Number
- P11PS12047
- Response Due
- 7/14/2011
- Archive Date
- 6/14/2012
- Point of Contact
- Jay G. Tobin Contract Specialist 4066663321 Jay_Tobin@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
- GENERAL INFORMATION: 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 and is current to include the latest Federal Acquisition Circular (FAC). This announcement constitutes the only solicitation issued as Request for Quote (RFQ) P11PS12047. The National Park Service, Little Bighorn Battlefield National Monument, Crow Agency, MT has a requirement for an information desk at the Visitor Center per the enclosed specifications. An optional tour desk and optional support desk are included in this solicitation, based on the availability of funds. This acquisition is a 100% small business set-aside. The National Park Service encourages the participation of veteran, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code for this project is 337215 with a size standard of 500 employees. All responsible small business concerns may submit a quotation which will be considered by the National Park Service. QUOTES ARE DUE for this combined synopsis/solicitation on July 14, 2011 at 1:30 PM Mountain Time and shall be delivered by the specified time to the National Park Service by fax to 406-666-2415 or email to Jay_Tobin@nps.gov; no oral quotations will be accepted. Quoters must furnish their company name, DUNS number, address, phone and fax number, e-mail address, and official point of contact. All quotes must be signed by authorized company official and dated. Questions regarding this solicitation should be directed to Jay Tobin at 406-666-3321 or Jay_Tobin@nps.gov. Any award resulting from this solicitation will be a Firm-Fixed-Price type contract. SCOPE OF WORK: The Work includes the removal of the existing information desk and providing a new Information Desk, including electrical and telecommunications components. The work also includes two optional items: the Tour Desk and Support Desk, which will be included or excluded from the project based on available funds. Project drawings (PDF) and digital photographs (JPG) of the site are available, and will be provided electronically upon request; contact Jay_Tobin@nps.gov. The project is comprised of four line items as follows: Line Item 0001: Shop Drawings Submittal. This item consists of the preparation and submission of shop drawings for the information, tour and support desks as detailed in the specifications. Line Item 0002: Information Desk. This item consists of (1) removing the existing information desk, and (2) building, delivering and installing the new information desk, including electrical/ telecommunications components and installing a surface raceway to conceal existing wires at the wall behind the desk. (A licensed electrical sub-contractor may be required to complete the installation process.) Line Item 0003: Option - Tour Desk. This item consists of the provision and installation of the new Tour Desk. Line Item 0004: Option - Support Desk. This item consists of the provision and installation of the new Support Desk. SUBMITTALS 1. Prepare and submit required shop drawings, allowing sufficient time (15 days) for review and approval. 2. Shop Drawings, Product Data, and Samples: Unless a different number is specified, submit three copies of each shop drawing and all other submittals requested. After approving submittals, Contracting Officer's Representative (COR) will return one copy to the Contractor. If submittals are not approved, COR will return one copy to Contractor with reasons for rejection. Resubmit and identify changes. 3. Arrowhead Sign: Submit colors of acrylic material for approval. Submit finished arrowhead for approval prior to installation. SAFETY REQUIREMENTS The contractor shall establish and implement an effective accident prevention program and provide a safe environment for all personnel and visitors while working in NPS facilities. The contractor shall be required to report any accidents or incidents to the NPS safety officer. TEMPORARY FACILITIES AND CONTROLS The contractor will have use of park facilities and utilities while working in the visitor center. Work shall be generally performed during normal business hours of 8 a.m. to 6 p.m., Monday through Friday, except as otherwise arranged with Contracting Officer. Work at night or early in the morning before the visitor center building opens may be considered and arranged with Contracting Officer if agreeable to all parties. Do not interrupt utilities serving facilities occupied by Government or others without notifying Contracting Officer at least two days in advance of proposed utility interruptions. GENERAL REQUIREMENTS AT VISITORS CENTER 1. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. 2. Telephone Service: No telephone service is available on site for Contractor's use. Cell phone service is limited at the site and varies depending on the cell service provider. 3. Security and Protection of Facilities: Furnish and install yellow barrier tape in a manner that will prevent visitors from easily entering work area. Smoking within buildings or temporary storage sheds is prohibited. Take all necessary precautions to prevent fires during installation. Do not store flammable or combustible liquids in building. Provide adequate ventilation during use of volatile or noxious substances. Provide portable, UL rated fire extinguisher with class and agent as required by locations and classes of fire exposures. PREPARATION: Take field measurements as required to fit the work properly. Where portions of the work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. REMOVAL OF OLD INFORMATION DESK: Government will occupy portions of building immediately adjacent to the work area. Conduct removal process so Government's operations will not be disrupted. It is not expected that hazardous materials will be encountered. If hazardous materials are suspected/ encountered, do not disturb; immediately notify Contracting Officer. Hazardous materials will be removed by Government under separate contract. Maintain services/systems and protect them against damage during removal. Protect walls, ceilings, floors, and other existing finish work that are to remain. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage adjoining area. Promptly remove demolition waste materials from Project site and legally dispose of them. CABINET MATERIAL SPECIFICATIONS A. Medium-Density Fiberboard: ANSI A208.2, Grade 130, made with binder containing no urea formaldehyde. B. Softwood Plywood: DOC PS 1. C. Hardwood Plywood and Face Veneers: HPVA HP-1, made with adhesive containing no urea formaldehyde. D. Thermo-set Decorative Panels: Comply with LMA SAT - 1. E. Solid Wood for Countertop: Solid maple, finished to match wood cabinet veneer. F. Glass Inset at Countertop: " tempered glass, with curved and angled edges to match countertop geometry. G. Decorative Trim, and Guard at Gate: Aluminum or stainless steel. CABINET HARDWARE AND ACCESSORY MATERIALS A. Hinges for Gate: Commercial grade, double-acting spring hinge. B. Frameless Concealed Hinges (European Type) for Cabinets: BHMA A156.9, B01602, 135 degrees of opening. C. Wire Pulls: Back mounted, solid metal, 4 inches (100 mm) long, 5/16 inch (8 mm) in diameter. D. Catches: Magnetic catches, BHMA A156.9, B03141. E. Adjustable Shelf Standards and Supports: BHMA A156.9, B04071; with shelf rests, B04081. F. Box Drawer and Keyboard Slides: BHMA A156.9, B05091, Grade 1.G. Drawer Locks: BHMA A156.11, E07041. H. Locking Casters: Heavy duty, with foot petal. Finish to match other exposed cabinet hardware. I. Grommets for Cable Passage through Countertops: 1-1/4-inch (32-mm) OD, molded-plastic grommets and matching plastic caps with slot for wire passage. J. Exposed Hardware Finishes: Comply with BHMA A156.18 for BHMA code number indicated. Finish: Satin Chrome: BHMA 626 or BHMA 652, or Satin Stainless Steel: BHMA 630. K. Furring, Blocking, Shims, and Hanging Strips: Softwood or hardwood lumber, kiln dried to 15 percent moisture content. FABRICATION A. Complete fabrication to maximum extent possible before transport to project site. Disassemble components only as necessary for transport and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. B. Back-out or groove backs of flat trim members and kerf backs of other wide, flat members, except for members with ends exposed in finished work. C. Wood Cabinets for Transparent Finish: Custom grade. 1. AWI Type of Cabinet Construction: Flush overlay. 2. Wood Species and Cut for Exposed Surfaces: Maple, quarter/rift slice. 3. Grain Direction: Vertically for drawer fronts, doors, and fixed panels, horizontally for drawer fronts, doors, and fixed panels. 4. Matching of Veneer Leaves: Slip match. 5. Semi-exposed Surfaces Other Than Drawer Bodies: Same species and cut indicated for exposed surfaces. 6. Drawer Sides and Backs: Thermo-Set decorative panels. 7. Drawer Bottoms: Thermo-Set decorative panels. SHOP FINISHING OF WOODWORK A. Finishes: Same grades as items to be finished. B. Finish architectural woodwork at the fabrication shop; defer only final touch up until after installation. 1. Apply one coat of sealer or primer to concealed surfaces of woodwork. Apply two coats to back of paneling and to end-grain surfaces. 2. After staining, if any, apply paste wood filler to open-grain woods and wipe off excess. Tint filler to match stained wood. C. Transparent Finish: AWI finish system: water-based polyurethane. ARROWHEAD SIGN A. Film-stamped impact modified acrylic, by Rowmark, Inc., Findlay, OH, or approved equal; laser engraved by Wood Product Signs, Parlin, CO, or approved equal. 1. Flexi-Brass and Flexi-Color "Brushed Aluminum/Black", or Contemporary Wood products, colors as selected by Contracting Officer from manufacturer's available patterns/colors. 2. Fabricated with peel-and-stick backing, to fit curved surface of desk. 3. Official arrowhead template available through National Park Service. ELECTRICAL AND TELECOMMUNICATIONS A. General Requirements 1. Comply with NECA 1 Standards for Good Workmanship in Electrical Construction andNFPA 70. 2. Install components to facilitate maintenance or replacement. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. B. Raceways Concealed in Desk: EMT. D. Grounding Materials: Solid copper. E. Wiring Devices, Industrial Grade: 1. Convenience Receptacles: 120volt, 20 amps, duplex. Color: Black. 2. Telecom Receptacles: CatV connections. 3. Wall plates: satin-finish stainless steel. F. Raceways Exposed at Existing Walls: 1. Surface Nonmetallic Raceways: Two- or three-piece construction, complying with UL 5A, and manufactured of PVC. Product shall comply with UL 94 V-0 requirements for self-extinguishing characteristics. Paintable, hinged raceway, Raceway 1125 Series, by Cable Organizer, or approved equal. a. Approximate size: 1-1/2" x ". Field-verify required size to enclose existing wires, including two additional future wires. b. Color: White or beige to match adjacent wall surface. INSTALLATION A. Before installation, condition woodwork to average prevailing humidity conditions in visitor center. B. Install woodwork to comply with referenced quality standard for grade specified. C. Install woodwork level, plumb, true, and straight. Shim as required with concealed shims. Install level and plumb (including tops) to a tolerance of 1/8 inch in 96 inches (3 mm in 2400 mm). D. Scribe and cut woodwork to fit; refinish cut surfaces, and repair damaged finish at cuts. E. Anchor woodwork to anchors or blocking built in or directly attached to substrates. Fasten with countersunk concealed fasteners and blind nailing. Use fine finishing nails or finishing screws for exposed nailing, countersunk and filled flush with woodwork. F. Curved Surfaces: Use two layers of 3/8" bending plywood, or similar to form smooth curved surface. G. Standing and Running Trim: Install with minimum number of joints possible, using full-length pieces (from maximum length of lumber available) to greatest extent possible. Do not use pieces less than 36 inches (900 mm) long, except where shorter single-length pieces are necessary. Scarf running joints and stagger in adjacent and related members. 1. Stair Rails: Glue and dowel or pin balusters to treads and railings, and railings to newel posts. 2. Wall Rails: Support rails on indicated metal brackets securely fastened to wall framing. H. Cabinets: Install so doors and drawers are accurately aligned. Adjust hardware to center doors and drawers in openings and to provide unencumbered operation. I. Anchor countertops securely to base units. ELECTRICAL AND TELECOMMUNICATIONS A. Comply with NECA1 Standards for Good Workmanship in Electrical Construction and NFPA 70. B. Install components to facilitate maintenance or replacement. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. C. Conceal desk raceways within 2x4 wiring chase. D. Secure exposed raceway at intervals not exceeding 48 inches (1200 mm) and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. INFORMATION TO BE SUBMITTED BY CONTRACTOR: CLIN 0001, Shop Drawings:$______________________ CLIN 0002, Information Desk:$______________________ CLIN 0003, Option - Tour Desk:$______________________ CLIN 0004, Option - Support Desk:$______________________ TOTAL$______________________ Estimated Completion (Weeks after award): __________________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: ______________________________________________________________ Business Phone: _______________________________ FAX: ___________________________ Email Address: ___________________________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ CLAUSES AND PROVISIONS Offerors must review and comply with the FAR Provisions/Clauses which apply to this solicitation. The full text of these may be accessed electronically at the website: https://www.acquisition.gov/far/. The following provisions and clauses are specifically referenced in this acquisition and are required in the response to this solicitation. They will remain in full force in any resultant award: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, is included in its entirety by reference herein and supplemented to include the following additional information: Offerors are highly encouraged to visit the site prior to submitting a proposal. Because of the relative remoteness of the Little Bighorn Battlefield, a formal site visit will not be scheduled. Site visits may be scheduled by e-mailing ken_woody@nps.gov. Site visits will not be scheduled after 6/24/2011 to allow sufficient time to publish the answers to any questions that may arise during any individual site visits as an amendment to the solicitation. Offerors are to submit the following information for review and evaluation by the Government to determine technical acceptability. A. Technical Ability Submit a brief narrative describing how your company will approach, perform, and complete the project to include Quality Control/Quality Assurance and meeting the delivery schedule. Offers should provide resumes of key personnel that document their qualifications and experience relative to the work that will be required. B. Prior ExperienceProvide descriptions of three to five projects your company has completed within the last three years that are similar to this project and which demonstrate the technical capability and responsibility to complete this project in a timely and effective manner. Provide references for these projects including name, phone number and email. 52.212-2, EVALUATION OF COMMERCIAL ITEMS, Paragraph "a" of the provision is hereby replaced with the following: "The government reserves the right to evaluate quotes and award a contract without discussion with offerors. Quotes shall be evaluated on the basis of lowest priced, technically acceptable offer. Determination of the low offer will be made by taking each Offeror's base offer and adding or deleting as many of the option line items (taken in the sequence listed) as available funds will permit. Only entire line items will be awarded; partial items will not be considered"; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror shall include a completed copy of this provision with their quote, or state that they are located on website: https://orca.bpn.gov; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS;The following clauses are added as an addendum to 52.212-4:FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE;FAR 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including 52.222-3, Convict Labor, 52.225-13, Restriction on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, and incorporating the following Paragraph (b) clauses: 52.219.06, Notice of Total Small Business Set-Aside; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-01, Buy American Act (Supplies); 52.232-33, Payment by Electronic Funds-Central Contractor Registration; EXECUTIVE ORDER 13513 - PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING. Prospective contractors shall be registered in the electronic Central Contractor Registration Database (www.bpn.gov/ccr) prior to award of a government contract. Offerors are further advised that failure to register in this Central Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS12047/listing.html)
- Place of Performance
- Address: Little Bighhorn Battlefield National MonumentCrow Agency, MT
- Zip Code: 59022
- Zip Code: 59022
- Record
- SN02473615-W 20110617/110615234931-a6ca53be291d4c08d2807aad9b4b395f (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 |