Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
SOLICITATION NOTICE

55 -- Purchase of Douglas-fir and western red cedar logs, delivered to San Juan Island NHP, Washington.

Notice Date
8/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - NOCA - North Cascades NPS Complex 810 State Route 20 Sedro-Woolley WA 98284
 
ZIP Code
98284
 
Solicitation Number
P11PS83421
 
Response Due
8/18/2011
 
Archive Date
7/31/2012
 
Point of Contact
Sarah J. Welch Contract Specialist 3608547220 Sarah_welch@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-53. This action is set-aside for small businesses, NAICS 444190 (Building materials supply dealers) or NAICS 321113 (Poles, wood, made from from log or bolts), with a small business size standard of 500 employees. Note that non-manufacturer small businesses must offer the product of a small business to qualify for the set-aside. The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer is the most advantageous for the Government, price and other factors considered. We reserve the right to cancel this Request for Quotations. BACKGROUND: These logs will be used to rebuild the first story of a 1860s historic building called the blockhouse at the English Camp unit of the park. The first story of this building was rebuilt in 1970 but those logs have deteriorated. The second story of this building is believed to be made of the original logs from the 1860s. Information about the park is at www.nps.gov/sajh; maps and directions are at www.nps.gov/sajh/planyourvisit/directions.htm. REQUIREMENTS: ITEM 1, PEELED LOGSDouglas-fir and western red cedar peeled logs, as described below: a) Hand-peeled to remove all bark but not perfectly smoothed or rounded like modern buildings since this is for a historic structure built in 1860. b) Peeled diameter: 6" - 12" with about 80 logs (a proportional mix of species) 8" - 11" c) Length: 18 - 20 feet each d) Quality: Graded "No. 1 Structural" according to the West Coast Lumber Inspection Bureau (wclib.org), as well as straight as seen by the naked eye, 0"- 2" taper over the length, 7 or more annual rings per inch at butt end. e) Quantity: 100 logs total. Species: 85 Douglas fir, 15 western red cedar ITEM 2, DELIVERYThe contractor must deliver the logs to the parade ground at English Camp, 3905 West Valley Road, Friday Harbor, Washington and offload them in an area designated by the NPS. Note that English Camp is on San Juan Island, approximately 9 miles north of the ferry landing in Friday Harbor WA; the ferry from Anacortes WA is operated by the Washington Department of Transportation (www.wsdot.wa.gov/ferries). The parade ground at English Camp is mowed grass field accessed by a gravel service road. This service road is 3/4 of a mile long with some curves, has a gate with a 12-foot opening, and a road bed 10 feet wide. There is a 9000 square foot parking area near the entrance of the service road that can be used as a transfer point if needed. The service road is a non-public, authorized use road so we can be sure it is clear of any traffic. The parade ground is a public use area. The park will be responsible for cordoning off an area during off-loading. The logs must be neatly stacked for drying on dunnage off the ground, in rows with succeeding rows perpendicular to the row beneath it, and no more than 5 feet in height. Delivery can be made Monday through Friday from 7:30 am until 4:00 pm. Notify Ken Arzarian, Maintenance Supervisor, at least two weeks prior to expected delivery date by phone at 360-378-2240 x 2231 or by email at ken_arzarian@nps.gov. INSPECTION, ACCEPTANCE, AND PAYMENTNPS will inspect and accept the logs at the English Camp delivery site. Payment will be by electronic funds transfer to the bank account identified in the vendor's CCR record. Terms are net 30 days, unless a prompt payment discount is offered and accepted. PRICE SCHEDULESubmit price quote for all items, as described above, noting any discounts or special pricing. Item 1A: Logs, Douglas-fir, 85 each.Item 1B: Logs, western red cedar, 15 each.Item 2: Delivery, lump sum. Include applicable ferry and off-loading costs. EVALUATION FACTORSOffers received by the Government will be evaluated according to the following criteria and using the Simplified Acquisition Procedures in FAR Part 13. NPS will select the single offer that represents the best overall value to the government. Refer to FAR clause 52.212-2. 1) PRICE. 2) TECHNICAL: How well the product matches the stated requirements. 3) PAST PERFORMANCE: Past performance records of the offering vendor, including whether they are reasonable, cooperative, and committed to customer satisfaction. INSTRUCTIONS TO OFFERORS (see also FAR clause 52.212-1)The deadline for receipt of quotes is August 18, 2011, at 4:30 pm. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov (search for P11PS83421). Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is your responsibility to monitor the website. Questions regarding this solicitation must be submitted in writing to sarah_welch@nps.gov. Answers will be provided in writing to the requester (if the answer is within the RFQ already) or provided in amendment(s) to the solicitation. Prior to submission of an offer, the offeror must:1. Maintain a current profile in the Central Contractor Registration database (www.bpn.gov/ccr); and2. Have completed the online submission of annual representations and certifications (ORCA) (https://orca.bpn.gov/). OFFER CONTENTSOffers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum:1) Completed price schedule;2) Prompt payment and warranty terms; 3) Contractor remittance address and DUNS number;4) Name, phone number, e-mail, and mailing address of your point of contact; 5) A statement that CCR and ORCA are complete and current; 6) Signature of official authorized to bind your organization; and7) The submittals identified below. For your offer to be fairly evaluated, include the following submittals with your quote:1) Approximate delivery date (expressed as number of days after receipt of order). 2) References for offering vendor.3) Representative photos of products you are offering. 4) List of proposed subcontractors, with brief statement of what they will do. Scan and submit your quote by e-mail (preferred) to sarah_welch@nps.gov or on paper by fax to 360-856-1934 (Attn: Sarah Welch) or to U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 810 State Route 20, Sedro-Woolley WA 98284. CLAUSESOfferors must review and comply with the FAR provisions/clauses listed below. These clauses can be viewed at www.acquisition.gov/far. 1) FAR 52.212-1, Instructions to Offerors - Commercial Items; 2) FAR 52.212-2, Evaluation - Commercial Items; 3) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with all paragraph (a) clauses incorporated; paragraph (b) clauses indicated by number 4, 6, 10, 20, 22, 23, 24, 26, 33, 35 (Alt. 1), 37, and 42; and paragraph (e) clauses incorporated as applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS83421/listing.html)
 
Place of Performance
Address: Deliver to English Camp, San Juan Island NHP, Washington.
Zip Code: 98250
 
Record
SN02516527-W 20110803/110801234620-260bda19bc6274052157b051f7e3ec1f (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.