Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SOLICITATION NOTICE

39 -- ALUMINUM PULPIT LADDERS (30) - SYNOPSIS_SOLICITATION_SPEC

Notice Date
12/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-12-Q-0024
 
Archive Date
1/14/2012
 
Point of Contact
Kevin Schumacher, Phone: 314-801-0596
 
E-Mail Address
kevin.schumacher@nara.gov
(kevin.schumacher@nara.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS_SOLICITATION_RFQ Ladder Specification in WORD file (sames as PDF file above less drawings: provided as clearer copy to read). Addendum Ladder_Specification NATIONAL ARCHIVES AND RECORDS ADMINISTRATION REQUEST FOR QUOTES ALUMINUM PULPIT LADDERS NATIONAL PERSONNEL RECORDS CENTER. ST LOUIS, MO FEDERAL RECORDS CENTER, DENVER, CO NAMA-12-Q-0024 This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation number is NAMA-12-Q-0024. This Request for Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 effective DEC 2, 2011). The NAICS Code 332999 (All Other Miscellaneous Metal Product Manufacturing) is applicable. The requirement is a 100% small business set-aside and the Small Business Size Standard is 500 employees. All responsible small business sources may submit a proposal that will be considered by NARA. The contractor must have a Dunn and Bradstreet Number (DUNS) and be registered in the Central Contractor Registration (CCR). This will be a firm-fixed price purchase order. The purpose of this contract is to obtain aluminum ladders for the National Archives and Records Administration (NARA), National Personnel Records Center (NPRC), at St Louis, MO and Federal Records Center, at Denver CO. The Offeror must give complete price for the purchase and delivery of ladders. Please quote your price per ladder inclusive of shipping. Delivery is in multiple shipments: 1 ladder shall be provided to NPRC for first article testing before production of the remaining units. The First Article shall be delivered 30 days after award (approximately February 15, 2012). Then 13 ladders delivered NLT 30 days (approximately March 15, 2012) after approval of 1st Article Test. Then 16 ladders delivered NLT 75 days (approximately May 1, 2012) after approval of 1st Article Test. Total 30 ladders delivered. SCOPE: See the following Performance Work Statements for Ladder, Aluminum, Rolling, Platform/Pulpit Type 34 inch. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008); The quotations will be evaluated in accordance with the procedures outlined in FAR Subpart 13.106-2 and award will be made to the offeror that submits the lowest price technically acceptable offer; each offeror shall include a complete copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011), with the quotation. A copy of the provision can be found at hhtp://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Aug 2011). Paragraph (b) of this clause incorporates by reference the following FAR Clauses: FAR 52.222-3, Convict Labor (Jun 2003), FAR 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Mar 2007), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), FAR 52.225-1 Buy American Act-Supplies (Aug 2011), FAR 52.232-34, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010), FAR 52.243-1 Changes - Fixed Price (Aug1987), and FAR 52.233-2, Service of Protest (Sep 2006). (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the: National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001, Attn: Kevin Schumacher. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. FAR 52.209-4 -- First Article Approval -- Government Testing. First Article Approval -- Government Testing (Sep 1989) (a) The Contractor shall deliver one (01) unit of Item within 30 calendar days from the date of this contract to the Government at NARA, NPRC, 1 Archive Drive, St Louis, MO 63138 for first article tests. The shipping documentation shall contain this contract number and the Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract.(b) Within 5 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests.(d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract.(e) Unless otherwise provided in the contract, the Contractor --(1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay.(g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test.(h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for(1) progress payments, or(2) termination settlements if the contract is terminated for the convenience of the Government.(i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. CONTRACTOR NOTE: Offerors are requested to transmit inquiries via email to Kevin Schumacher, Contract Specialist at: Kevin.Schumacher@NARA.gov. Quotations may be submitted (one copy) via mail or Email to Kevin.Schumacher@NARA.gov or to: Mr. Kevin Schumacher, National Archives and Records Administration, National Personnel Records Center, 1 Archives Drive, St Louis, MO 63138 no later than December 16, by 4:00 PM EDT. Quotation Requirements. Failure to comply with these requirements will render the vendor's quotation as incomplete and eliminate it from further consideration. Quotations must include the solicitation number, payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Quotations shall be a minimum of 2 pages and include specification for material used specifically for (frames, steps and casters (model and manufacturer), construction methods/finishing, dimension of the ladders, delivery (location and quantity), schedule for delivery and location of manufacturing. Past Performance will be evaluated as part of the technical evaluation. Vendors shall submit 3 references for similar work (See FAR 52.212-1(b)(10). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any). A copy of the OSHA approval of the design is available on request to the contracting specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-12-Q-0024/listing.html)
 
Place of Performance
Address: NARA - Federal Records Center Denver, 17101 Huron St., Broomfield, CO 80516, NARA -, National Personnel Records Center, 1 Archives Drive, Saint Louis, Missouri, 63138, United States
Zip Code: 63138
 
Record
SN02638292-W 20111215/111213234504-bb7ce5ad3426f626b22ea44e07ef1207 (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.