SOLICITATION NOTICE
99 -- Sign Fabrication for Indiana Dunes National Lakeshore
- Notice Date
- 7/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- HFC - Acquisition Management National Park ServiceHarpers Ferry Center230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
- ZIP Code
- 25425
- Solicitation Number
- P11PS71366
- Response Due
- 7/27/2011
- Archive Date
- 7/12/2012
- Point of Contact
- Melody L. Wolfe Contract Specialist 3045356495 melody_wolfe@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 supply items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement along with Request for Quotation (RFQ) number P11PS71366 constitutes the entire solicitation. Technical data and price quotations are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. FAR Parts 12 and 13 apply. The North American Industry Classification System code (NAICS) is 339950, Sign Manufacturing. The Standard Industrial Classification (SIC) is 3993, Signs and Advertising Specialties, and the Product Service Code (PSC) is 9905. This requirement is being solicited as a small business set-aside and the size standard is 500. The National Park Service has a requirement for the production and installation of a series of park identification signs for Indiana Dunes National Lakeshore, Porter, Indiana. Interested contractors should download the RFQ. All offerors are required to review specifications prior to submitting an offer. 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. All signs shall be shipped FOB - Destination. Offerors should submit the following: 1. Past Performance - Provide three references for contracts that are similar in size, complexity and nature to this work that have been completed within the past three years.2. Technical Capability - Provide evidence of technical capability to meet the needs required by this contract. This should include manufacturing capability, color photographs of past projects, warranty provisions, and any other pertinent information.3. Completed Attachment D, Contract Pricing Form; and4. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, if not registered in the Online Representations and Certifications Application (ORCA) database. Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the lowest cost, technical data and other factors considered. Award will be made to that responsive, responsible offeror whose proposal conforms to all terms and conditions of the solicitation and is most advantageous to the government on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the technical evaluation criteria set forth below. The past performance and technical capability are equal in weight. The evaluation criteria are listed in descending order of importance as follows: 1. Past Performance.Evaluation will be based on an acceptable or unacceptable past performance evaluation from the references provided, and any other performance known to the government. 2. Technical Capability. Evaluation will be based on the evidence provided of the contractor's ability to produce the road guide signs as required by this contract. The warranty will also be evaluated based on the length, terms and conditions offered for the road guide signs. Award Criteria: The government anticipates award of one firm-fixed-price contract resulting from this solicitation. Award of a contract will be made to that responsible offeror whose offer, conforming to the solicitation will be most advantageous to the government, cost or price and other factors considered. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors listed above. DEADLINE: Responses are due on or before July 27, 2011 at 4:00pm. EST. Award of a firm-fixed-price contract will be made no later than August 15, 2011 for lowest price technically acceptable proposal. Submit proposals and/or any questions to the attention of Melody Wolfe at melody_wolfe@nps.gov and Stephanie Wancket at stephanie_wancket@nps.gov. Proposals by telephone or transmitted facsimile (fax) will not be accepted. Offerors are hereby notified that if your proposal is not received by the date and time and at the location specified in this announcement that it will be considered late in accordance with FAR Part 52.212.1(f).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS71366/listing.html)
- Place of Performance
- Address: Porter, Indiana
- Zip Code: 463041299
- Zip Code: 463041299
- Record
- SN02497356-W 20110715/110713234956-d807303329770bbb9824564369d88516 (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 |