SOLICITATION NOTICE
78 -- National Park Service Northeast RegionLifeguard Uniforms IDIQ
- Notice Date
- 4/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - NPNH MABO - National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305
- ZIP Code
- 10305
- Solicitation Number
- P12PS22523
- Response Due
- 4/24/2012
- Archive Date
- 4/19/2013
- Point of Contact
- Lori A. Achkar Contract Specialist 7183544715 Lori_Achkar@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
- (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. (iii) This solicitation is a total small business set-aside NAICS (NAICS) code 315999 Other Apparel Accessories and Other Apparel Manufacturing, with a small business size standard of 500. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. (iv) The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government. The National Park Service is seeking qualified vendors to provide lifeguard uniforms using standard industry practices in the production and in the lettering of items offered under a subsequent IDIQ contract. The contract period of performance is from May 15, 2012 through March 31, 2013 with (4) possible subsequent option years. Vendor must be prepared to receive and fully process orders between May 15, 2012 through August 30, 2012. Orders will be placed by individual parks using the delivery order procedure in accordance with the terms and conditions of the contract. Delivery shall be within 10 calendar days of receipt of the order with FOB destination. Vendor will provide a written warranty and return process equal to or greater than their standard warranty practice. Statement of WorkVendor will supply all items listed in Attachment 1 in accordance with the specifications listed for each individual item. The vendor will use standard industry practices in the production and in the lettering of items offered under this contract. The following attachments prescribe the lettering in question: oAttachment 2.-"Graphic 1" is to be used for all lettering printed on the front. oAttachment 3.-Specifies (a) the typeface style, size, color, and placement of "Graphic 1" lettering to be printed on (b) the uniform items identified herein. oAttachment 4.-Provides example of placement of "Graphic 1" on uniform item. oAttachment 5.-"Graphic 2" is to be used for all lettering printed on the back. oAttachment 6.-Specifies (a) the typeface style, size, color, and placement of "Graphic 2" lettering to be printed on (b) the uniform items identified herein. oAttachment 7.-Provides example of placement of "Graphic 2" on uniform item. Within seven days of notice of award the vendor will deliver a sample order form and samples of the following items showing the prescribed printing in accordance with FAR 52.209-4 First Article Approval Government Testing. oMen's dive-style swimsuitoMen's trunk-style swimsuitoWomen's 1-piece swimsuitoWomen's 2-piece swimsuitoMen's sweatshirtoMen's sweat pant Upon acceptance, these items will be retained by the Government through the life of the contract and used as standards for comparison with all items submitted in response to future orders under this contract. Vendor must be prepared to receive and fully process orders between May 15, 2012, and August 30, 2012, and between April 1st and March 31st of subsequent years. BID SCHEDULE INSTRUCTIONS: All quotes must be completed in electronic format in the bid schedule following these instructions: Insert quote for the price of each item in the green cells for Base Year and each Option Years. Quoted price will automatically be multiplied by the estimated quantity to provide the evaluated price for the Base Year and each Option Year. These will then be summed in the chart at the bottom to show the total for each year plus the combined total of all years. The combined total is the amount that will be evaluated. Please contact Lori Achkar, Contract Specialist via email at lori_achkar@nps.gov or at 718-354-4715 if you have any difficulties entering your individual item quotes or have any other difficulties with the bid schedule. The bid schedule MUST be submitted electronically in order to evaluate the total price. Please contact Lori Achkar via email at lori_achkar@nps.gov to receive the complete bid package. The bid schedule MUST be submitted electronically in order to evaluate the total price. Contractor shall supply order forms that list all items to be provided under the contract with item descriptions and price listed in order of the contract line items in this contract. In addition the order form will contain spaces for the following: oLifeguard nameoQuantity of each itemoSizeoTotal of individual order Contractor shall be responsible for shipping orders to the following addresses. Assateague Island National Seashore Acadia National ParkRoute 611P.O Box 17777206 National Seashore Lane Bar Harbor, ME 04609-0177Berlin, MD 21811 Attn:Uniform CoordinatorAttn: Uniform Coordinator Cape Cod National SeashoreNew River Gorge NR99 Marconi Site Road 104 Main StreetSouth Wellfleet, Massachusetts Glen Jean, WV 25846Attn: Uniform Coordinator Attn: Uniform Coordinator Delaware Water Gap NRA Fire Island National SeashoreRiver Road120 Laurel StreetBushkill, PA 18324 Patchogue, NY 11772tn: Uniform Coordinator Att: Uniiform Coordinator Gateway National Recreation Area Gateway National Recreation AreaHeadquarters Bldg. 69 Sandy Hook UnitFloyd Bennett Field 104 Kearney RoadBrooklyn, NY 11234 Fort Hancock, NJ 07732Attn: Uniform Coordinator Attn: Uniform Coordinator Order process - Orders will be placed by the contracting officer representing the individual parks above, using the delivery order procedures in accordance with the terms and conditions of this contract. Each delivery order will reference one or more individual order form which will be attached and will specify the number of each line item ordered reflecting the total of all attached delivery orders. The vendor should not process any order form not submitted by a contracting officer. Delivery shall be within 10 calendar days of receipt of the order and will be FOB destination. Deliveries for each delivery order will be processed as one shipment but items from each order form will be individual packaged and labeled to reflect the information from the respective order form. Vendor must accept unused items for returns for credit and/or exchange at the Government's option. Vendor will provide a written warranty and return process equal to or greater than their standard warranty process. The NPS Guarantees a minimum order of $1,000.00. (v) LOCATION: National Park Service Northeast Region (vi) SCHEDULE of SUBMISSIONS: One (1) invoice must be submitted each month after successful delivery and acceptance. (vii) SCHEDULE: The period of performance will be May 15, 2012 - March 30,2012. (viii) DOCUMENTS TO BE INCLUDED IN QUOTE: Offerors must include all itemsPlease contact Lori Achkar via email at lori_achkar@nps.gov to receive the complete bid package. The bid schedule MUST be submitted electronically in order to evaluate the total price. a.Firm fixed price quote on submitted electronic bid schedule. b.Applicable warranty informationc.Name, phone number, and address of your point of contact. d.Proof of CCR Registration. (ix) The Government contemplates the award of a single purchase order on a low price basis. (xiii) Written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xiv) FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; 52.212-3 Offer Representations and Certifications; 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, with paragraph (b) clauses indicated by number, and paragraph, 1,4,6,12,14,15,17,23,26,27,28,29,30,31,38,42,47; 52.216-18 Ordering; 52.232-18 Availability of Funds; 52.204-4 Printed or Double Copied on Recycled Paper; 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-4 Alt II First Article Approval; 52.216-19 Ordering Limitations; 52.216-21 Requirements; 52.216-22 Indefinite Quantity. 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; (xv) The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The Government reserves the right to cancel this solicitation. (xvi) Offers must be submitted via email to NPNHContracting_BidProposal@nps.gov, to the attention of Lori Achkar, with a courtesy copy sent to lori_achkar@nps.gov. The due date and time is 5:00pm ET on Tuesday, April 24, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22523/listing.html)
- Place of Performance
- Address: National Park ServiceNortheast Region
- Zip Code: 10305
- Zip Code: 10305
- Record
- SN02726837-W 20120421/120420000635-09a42b39f8ed8c2f8d3ab9f55c44551b (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 |