Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
MODIFICATION

55 -- Name Brand or Equal Plastic T&G Azek Porch Decking

Notice Date
11/22/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574121001A
 
Response Due
11/28/2011
 
Archive Date
11/21/2012
 
Point of Contact
Andrea Hannon Contract Specialist 3073442859 andrea_hannon@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
AMENDMENT 0001 - This amendment is to remove the words "predrilled" from the line item area of the requirement. All other information remains the same. 1.GENERAL INFORMATIONThis 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. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574121001A. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-53 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 321113 or 326199 and the small business size standard is 500 employees 2. REQUIREMENTYellowstone National Park is seeking to purchase Plastic Porch Decking to replace wooden decking on the "Historic" Administration Building in Mammoth Hot Springs. Plastic Porch Decking must meet the following design and construction specifications because this is a "Historic" Building the plastic wood decking must meet the following specifications: This is a name brand or equal requirement - Plastic Tongue & Groove Porch Decking and Stainless Steel Fasteners, shall be equal to, or better than the Plastic T&G decking (Brand name, AZEK "Porch" decking), as manufactured by AZEK Building Products 801 East Corey St Scranton, Pennsylvania 18505. General Make up of the Plastic Manufactured composition:A "green" sustainable Product, manufactured using recycled hardwoods and Poly vinyl Chloride (PVC) and Agrifiber filler. The walking surface shall be embossed with a simulated wood grain finish. Framing and Span requirements:Plastic porch decking shall be manufactured and designed so that when attached to the center of the supporting porch decking joists, (which are spaces every 16" (on Center) there shall be no sage in the plastic deck board. Finished dimensions and dimension of the Finished face width:All boards shall be rectangular in profile, 1" thick, with a exposure "finished face" dimension of 3-1/8th wide (+- 1/16th of an inch) because this must match the "Original Historic decking". The edges on each board shall be machined with a " tongue and groove pattern on opposite edges running the full length of each board. Length of each board:Each Board shall be 12 ft. long. Tongue and Grove construction:Each plastic decking board shall be molded with a tongue on one edge of the board and a groove on the opposite edge of the board. These plastic porch deck boards shall be designed so that the tongue on one board locks into the groove the adjacent deck board. Finished "Face" texture and appearance:The "face" of each board shall have a "wood grain" texture and the natural appearance. Color: The plastic decking shall be manufactured so that the color of each board is consistent throughout the entire board (same color on the face all the way through the board to the underside). The color of each board shall be a natural wood color or gray in color. (AZEK Porch color "Slate Gray" or equal) (Bright colored plastic shall not be acceptable such as, blues, reds, orange, yellows, etc.) The plastic decking shall be capable of being painted and bonding with a premium alkyd porchprimer and be able to be painted with a high quality porch and floor paint.Bottoms of each porch deck board: The bottom of each board shall not have any grooves or ridges, the bottoms should appear flat. Nailing Pattern:This Plastic tongue and groove decking shall be manufactured and designed so that it is attached to the supporting porch joists, using stainless steel screw that is driven at an angle through the tongue of each board into the joists, just like conventional wood T&G Decking. Fasteners and tools:The manufacturer shall provide fasteners that are specifically designed (for this decking), to attach each Plastic T&G porch deck board to the supporting porch joists. Fasteners shall be manufactured to fasten the decking boards through the tongue of each board, (just like "original" wood decking is historically attached), so that when finished no (Screws are visible on the face of the porch decking boards. Fasteners are visible, only, in the face of the starter planks and the finished planks and at the mitered joints. Fasteners shall stainless steel so that they will not rot, rust, deteriorate or stain the decking. All screws shall be colored (Gray # 37), Square drive with "Trim Heads". Warranty:Manufacturer shall warranty the plastic decking for the life time of the product, when installed and maintained according to the Manufacturers installation and care instructions. DELIVERY IS REQUIRED NO LATER THAN 14 DAYS AFTER RECEIPT OF ORDER. If quoting an equal product vendor shall supply a sample. Samples shall be mailed to: Yellowstone National ParkMammoth Supply CenterBuilding 34Yellowstone National Park, WY 82190 Samples must be received by the closing date of the combined synopsis/solicitation. EVALUATION FACTORSBasis for Award: The basis for award will be technically acceptable/low price, which will be based on consideration of the following factors: 1) Technical Elements2) Past Performance 3) Price Price: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. 3.CLAUSES AND PROVISIONSOfferors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, Evaluation factors include [a] technical elements Standard of Acceptability: the offeror must meet the specifications with an equal or better product; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. [c] price. 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration52.223-18 Contractor Policy Ban Text Messaging while Driving52.246-17 Responsibilities of Supplies52.252-2 Clauses Incorporated by Reference52.211-6 Brand Name or Equal 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). 4.PROPOSALQUOTES ARE DUE for this combined synopsis/solicitation on November 28, 2011 at 4:30 PM Mountain Daylight. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and emailed to andrea_hannon@nps.gov. All questions regarding this solicitation must be submitted in writing via email to andrea_hannon@nps.gov. PROPOSAL COVER SHEET MUST INCLUDE THE FOLLOWING: Line Item 0001: 1,000 Each 12 foot Plastic Tongue and Grooved Plastic Porch Decking and Fasteners $___________ Line Item 0002:12,000 Each Stainless Steel Fasteners Screws$___________TOTAL$___________ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ PAST PERFOMANCE CONTACTS:Name:______________Company___________Phone______________Email:______________ Name:______________Company___________Phone______________Email:______________ Name:______________Company___________Phone______________Email:______________ END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574121001A/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY 82190
Zip Code: 821900168
 
Record
SN02628141-W 20111124/111122235406-ed01b8c1d7644b49f15b9d505ecb5c78 (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.