SOLICITATION NOTICE
99 -- Sign Fabrication and Installation for Vicksburg National Military Park
- Notice Date
- 11/17/2011
- 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
- P12PS22071
- Response Due
- 12/2/2012
- Archive Date
- 11/16/2012
- 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 Proposal (RFP) number P12PS22071 constitutes the entire solicitation. Technical data, warranty and price proposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. FAR Parts 12 and 13 apply. The North American Industry Classification System code (NAICS) is 339950, Sign Manufacturing, 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 fabrication and installation of signs for Vicksburg National Military Park, Vicksburg, Mississippi. 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. The following provisions are applicable to this announcement and are available at www.arnet.gov. 52.212-1 Instructions to Offerors - Commercial Items, 52.212-2 Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items, 52.217-5 Evaluation of Options, 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification Offerors should a Technical Proposal and a Business Proposal as follows: The Technical Proposal must include: 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. The projects provided must reflect work completed by key personnel included in this proposal.2. Technical Capability and Warranty - Provide evidence of technical and manufacturing capability to meet the needs required by this contract, along with warranty provisions. 3. Key Personnel and Samples - Provide a listing of all proposed personnel, including subcontractors. Clearly identify work that will be performed by personnel and describe how you will coordinate the work, including on-site assembly and installation. Include resumes for all personnel, including subcontractors, proposed for use under the contract. Resumes should document education, knowledge, related work experience, and qualifications in their respective areas of expertise. Special emphasis will be placed on the Project Manager, Fabrication Supervisor, and Installation Supervisor. At a minimum, submit three color photographs of past projects which key personnel, including subcontractors, played a major role in developing; include a brief narrative describing the nature of the work and the specific role played by key personnel. The Business Proposal must include: 1. Completed Attachment E, Contract Pricing Form; 2. Provide a payment schedule in accordance with the milestones identified in Item 5, Time for Completion, Review and Approval, and Payment Schedule; and3. 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 greatest value to the National Park Service; price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following factors, which are listed in their order of importance: 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 and Warranty. Evaluation will be based on the evidence provided of the contractor's ability to produce and install the signs as required by this contract. The warranty will also be evaluated based on the length, terms and conditions offered. 3. Key Personnel and Samples. Evaluation will be based on knowledge, skills, and abilities of personnel, including subcontractors, proposed for use under this contract. Special emphasis will be placed on the Project Manager and on the personnel, including samples of work, for personnel who will be fabricating and installing the signage. Price While price, including options, will be a factor in the award decision, it will not be rated with the technical criteria. A thorough examination will be made to determine an offeror's adequate understanding of the Scope of Work related to proposal presentation, price (including materials) and other factors considered. The question to be decided in making the final selection will be whether proposals rating better are worth the dollar difference (if any). Technical quality is significantly more important than cost or price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. We reserve the right to make an award without further discussion of the proposals received. Therefore, it is important that your proposal be submitted initially on the most favorable terms from both the technical and cost standpoints. You should submit an original and three copies of your technical proposal and an original and one copy of your business proposal. Proposals should be mailed to: National Park Service, Harpers Ferry Center, Office of Acquisition Management, P.O. Box 50, Harpers Ferry, West Virginia 25425-0050 or hand carried and/or delivered via courier to: National Park Service, Harpers Ferry Center, Office of Acquisition Management, 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425. Proposals must be received no later than 12:00p.m, local prevailing time, on December 2, 2011. The envelope should be marked as follows: "Request for Proposal Number P12PS22071, Sign Fabrication and Installation for Vicksburg National Military Park." Request for any information concerning this solicitation should be referred to Melody Wolfe at (304) 535-6495 or via e-mail at: melody_wolfe@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22071/listing.html)
- Place of Performance
- Address: Vicksburg, Mississippi
- Zip Code: 39183
- Zip Code: 39183
- Record
- SN02624919-W 20111119/111117234058-f7be3377750adc5f1086c4a2bfce4170 (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 |