Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
SOLICITATION NOTICE

19 -- Wave Attenuation and Lighting Systems

Notice Date
1/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
,,
 
ZIP Code
00000
 
Solicitation Number
R1379120107
 
Response Due
2/28/2012
 
Archive Date
8/26/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is R1379120107 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 237990 with a small business size standard of $33.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-02-28 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be, null null The National Park Service requires the following items, Meet or Exceed, to the following: LI 001, Removal and demolition of the existing wave attenuator system at the Stevens Creek location, per attached Scope of Work, 1, Lump Sum; LI 002, Supply and delivery of the wave attenuation and lighting system, designed for the site. Stevens Creek location, per attached Scope of Work, 1, Lump Sum; LI 003, Installation of the wave attenuation and lighting system, per attached Scope of Work. Work includes operation and maintenance manual, training and as-constructed drawings. Stevens Creek location. Period of Performance is 150 days from Date of Award., 1, Lump Sum; LI 004, OPTION: Removal and demolition of the existing wave attenuator system at the Iola location, per attached Scope of Work., 1, Lump Sum; LI 005, OPTION: Supply and delivery of the wave attenuation and lighting system, designed for the site at Iola location, per attached Scope of Work., 1, Lump Sum; LI 006, OPTION: Installation of the wave attenuation and lighting system, per attached Scope of Work. Work includes operation and maintenance manual, training and as-constructed drawings. Iola location. Period of Performance is 150 days from Date of Award., 1, Lump Sum; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Park Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Park Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. A Single organized site visit will be held on February 9, at 8:30 AM, MT, at Curecanti National Recreation Area headquarters, Visitor Center Building. Curecanti NRA is located approximately 16 miles west of Gunnison, Colorado on Highway 50. All interested attendees shall email the Contracting Offier at joseph_gatlin@nps.gov, no later than February 6, to confirm attendance and provide the number of attendees. Warranties shall be two years for materials, and ten years for flotation. Delivery must commence for completion of installation within 150 days from date of award. The selected Offeror ust comply with the following commercial items terms and conditions, which are referenced herein by reference: DIAPR 2010 -Contractor Performance Assessment Reporting System, FAR 52.223-10 Waste Reduction Program, FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving, FAR 52.223-04 Recovered Material Certification FAR 52.203-13 Contractor Code of Business Ethics and Conduct, FAR 52.219-6 Notic eof Total Small Business Se-Aside, FAR 52.222-19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.223-15 Energy Efficiency in Energy Consuming Products, FAR 52.225-1 Buy American Act - Supplies, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-41 Service contract Act of 1965 and FAR 52.222-50 Combating Trafficking in Perosns, Alternate I. The following terms and conditions, are herin referenced in Full text: FAR 52.249-01 Termination for Conveniene of the Government (Fixed Price) FAR 52.249-08 Default, (Fixed price Supply and Service)FAR 52.217-04 Evaluation of Options Exercised at Time of Contract Award FAR 52.217-05 Evaluation of Options
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/R1379120107/listing.html)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN02663303-W 20120201/120130233955-f4bfe938f5f7bce1ffeba528ffaaddc8 (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.