Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

56 -- Maintenance Shop Garage Doors

Notice Date
6/30/2011
 
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
P11PS11836
 
Response Due
7/29/2011
 
Archive Date
6/29/2012
 
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. It is being issued as Request for Quotation (RFQ) P11PS11836. The National Park Service, Devils Tower National Monument, WY has a requirement to replace seven overhead garage doors in the maintenance shop, Building 22, per the included Statement of Work. This acquisition is a 100% small business set-aside. The National Park Service encourages the participation of disadvantaged, veteran and women owned business enterprises. The North American Industry Classification System (NAICS) code for this project is 332321 with a size standard of 500 employees or 238290 with a size standard of $14.0 million. 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 29, 2011 at 1:30 PM Mountain Time and shall be delivered by the specified time to the National Park Service. Quotes may be faxed to 406-666-2415 or emailed 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 an 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. STATEMENT OF WORK: The contractor shall furnish all materials, labor, tools, equipment and supplies required to replace seven overhead garage doors, tracks and operators in the Devils Tower maintenance shop. - Two doors are 17' wide x 13' 6" high with 3 rows of 5 windows (+/- one window per row)- Two doors are 12' wide x 10' 5" high with 3 rows of 3 (or 4) windows- Three doors are 16' 8" wide x 10' 5" high with one row of 4 (or 5) windows It is the contractor's responsibility to field-verify exact measurements prior to ordering materials. There will be no formal site visit; however, contractors desiring to visit the site prior to submitting a quote may contact Jessica Weinman (307-467-5283, ext 218) to schedule. No visits will be scheduled after July 20, 2011 so that the answers to any questions that are raised during individual visits may be published as an amendment to this solicitation. Doors: Door sections shall be of a steel/polyurethane/steel sandwich type construction with thermal breaks and "R"-value of 17.50 in accordance with industry guidelines. Insulation shall be CFC free and meet appropriate industry standards for fire resistance. The exterior skin shall be structural quality hot-dipped galvanized 20-gauge steel with a dark brown finish. The interior skill shall be of similar construction with a white finish. Doors must be able to withstand 20 PSF wind loads. A perimeter weather seal shall be installed with each door. Track: The track design shall be standard lift. Vertical mounting angles shall be hot-dipped galvanized. Track size shall be 2". Vertical track shall be graduated to provide wedge-type weather tight closing with continuous angle mounting for metal jambs, and shall be fully adjustable to seal door at jambs. Horizontal track shall be reinforced with continuous angle of adequate length and gauge to minimize deflection. Hardware: Hinges and brackets shall be made from hot-dipped galvanized steel. Track roller shall be case-hardened inner steel races with 10-ball 2" rollers. All factory-authorized attachments shall be made at locations indicated in manufacturer's instructions and reinforced with backup plates. Counter balance: Springs shall be torsion type, low-stress, helical wound, oil-tempered spring wire to provide a minimum 25,000 cycles of use, on continuous solid steel. Spring fittings and drums shall be made of die cast, high strength aluminum. Pre-formed galvanized steel aircraft cable shall provide a minimum of a 5:1 safety factor. Door Operators: Installed operators shall minimally have a HP, 115V, 1 Ph electric motor. Doors shall be equipped with auto-reversing mechanism, commercial photo-cell safety devices and exterior keypad. Other Considerations: During performance of this contract the Maintenance Shop Building will remain open to NPS employees, vendors, and service providers throughout normal operating hours. Access and/or sidewalks may be temporarily closed to facilitate work. All closures will be coordinated with the Contracting Officer's Representative (COR). There shall be no work performed during rain, high wind conditions (in excess of 15 mph) or during severe storms in the immediate area. The Contractor shall work during daylight hours only. No work shall be allowed on weekends or holidays without prior approval from the COR. Work shall be scheduled and completed each day so that the shop building can be secured for the evening. No work will be planned or performed during the week of August 8-12, 2011 due to the Sturgis Motorcycle Rally. All ground disturbances shall be returned to natural conditions. All spills will be immediately cleaned. Contractor will be responsible for any damage to plantings, windows, roof, signs/lettering attached to the building, or sidewalks, and shall clean or repair if necessary. The Contractor may maintain a staging area for the project at an area designated by the COTR. The security of equipment staged at any staging area shall be the responsibility of the contractor. No more than one vehicle may be used for staging. Upon completion of this contract the contractor shall remove and properly dispose of all removed door components and other debris from the work site, and leave the premises clean, neat, and in good condition. SAFETY: Safety is of highest concern to the Park. Work may be stopped if an unsafe action is noted. At no time shall the contractor operate equipment in an illegal or unsafe manner which may endanger others. The Contractor shall be responsible for all employee safety on the work site. The Contractor shall provide and insure the use of all required personal protective gear such as respirators, hard hats, gloves, ropes, eye protection, hearing protection, harnesses, etc. All operations shall comply with applicable OSHA regulations and industry standards. A site specific safety plan is required prior to performance of work. The Contractor shall report all serious injuries (those requiring medical attention) or fatalities that occur on the work site to the COR as soon as possible. The contractor shall report all injuries to the public or damage to government/private property to the COR as soon as possible. INFORMATION TO BE SUBMITTED BY CONTRACTOR: Item 001 - Replace Seven Overhead Doors Total Price (Lump Sum) = $_____________ Estimated Project Completion (Days after receipt of order): _________________ 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 to submit sufficient technical information about the product being offered (including manufacturer, model, and salient features) for review and evaluation by the Government to determine technical acceptability. Offerors shall also provide a proposed schedule that provides for delivery/ installation prior to September 30, 2011; 52.212-2, EVALUATION OF COMMERCIAL ITEMS, Paragraph "a" of the provision is hereby amended with the following: "The Government reserves the right to evaluate quotes and award a contract without discussions with offerors. Quotes shall be evaluated on the basis of lowest priced, technically acceptable offer"; 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/P11PS11836/listing.html)
 
Place of Performance
Address: Devils Tower National Monument, WY
Zip Code: 82714
 
Record
SN02486271-W 20110702/110630234732-0c60fd696b7f6d227f9b4d7c014ab263 (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.