SOLICITATION NOTICE
99 -- Fabrication and Installation of Park Identificaiton / Entrance Signs
- Notice Date
- 7/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
- ZIP Code
- 44067
- Solicitation Number
- P12PS27193
- Response Due
- 8/13/2012
- Archive Date
- 7/31/2013
- Point of Contact
- Matthew Frank Contract Specialist 3304682500306 matthew_frank@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
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is solicitation number P12PS22983 and is issued as a request for quote (RFQ). This requirement is a 100% total small business set-aside. The associated NAICS code is 339950. The small business size standard is 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009. Anticipated Award Date: Within 30 days of receiving offers. To be considered for award your company must obtain a Dun and Bradstreet Number (DUNs). You may obtain this number free of charge at 1(866)705-5711. Your company must also be registered in CCR with the appropriate NAICS code for this solicitation, web site: https://www.bpn.gov/ccr/default.aspx. If you have any registration questions, please call 1-888-227-2423. All prospective contractors are required to submit or upload their Organization's Representation and Certifications Application (ORCA) at https://orca.bpn.gov prior to submitting your offer. If you need assistance with registration or updating CCR or ORCA please contact the Procurement Technical Assistance Center nearest you at (615) 268-6644 or website: http://www.aptac-us.org/new/Govt_Contracting/find.php. GENERAL DESCRIPTION OF STATEMENT OF WORK Independently, and not as an agent of the government, the contractor shall provide the National Park Service (NPS) with all labor, materials, equipment, facilities and travel necessary to produce and install a series TWO entrance signs, per the Statement of Work titled "Fabrication and Installation of Entrance Signs" dated 20 July 2012, for Indiana Dunes National Lakeshore, Porter, Indiana. The signs are as follows: 1. Sign ONE Structure: Custom monolithic base and side column with Indiana Limestone veneer Panel: Single-sided with blank back, Western Red Cedar panels with routed graphics and dado, 4-color Western Red Cedar arrowhead. 2. Sign TWO Structure: Custom stone pylon with wood cross beam, Indiana Limestone veneer. Panel: Western Red Cedar panels with routed graphics, dado, 4-color Western Red Cedar arrowhead. Detailed instructions for both signs as well as installation details can be found within the Statement of Work titled "Fabrication and Installation of Entrance Signs." Quotes are due at 3:00 PM EST, 13 August 2012. Offers may be submitted by email. Questions regarding this solicitation will only be accepted until 12:00 PM EST, 9 August 2012 OFFERS SHALL INCLUDE THE FOLLOWING: 1. Price quotes that reference the solicitation number. 2. CLIN Structure: 0001 - Materials and Fabrication of Signs Total Cost ALL signs $_____________ 0002 - Installation Total Cost of INSTALLATION for ALL signs $_____________ 3. Item number, unit price, extended price, and total price. 4. Remittance address and DUNS number. 5. If the contractor is claiming an exception or change to the Offeror Representations and Certification (ORCA) then the contractor must supply FAR Clause 52.213-3 in its entirety. 6. Any Additional requirements. INTERESTED PARTIES MUST CONTACT THE POC BELOW FOR THE FOLLOWING DOCUMENTS PRIOR TO SUBMITTING QUOTE: 1. Statement of Work titled "Fabrication and Installation of Entrance Signs" dated 20 August 2012 2. Past Performance Questionnaire Point of Contact: Matt Frank Contract Specialist P: 330-468-2500 x306 F: 330-468-2507 Email: matthew_frank@nps.gov The following Federal Acquisition Regulation (FAR) provisions and clauses shall be applicable to this solicitation and award: For full text version of these provisions and clauses, please go to the following internet address: https://www.acquisition.gov/far/. SOLICITATION CLAUSES: 52.212-1, Instructions to Offerors-Commercial Items, (By Reference) 52.212-2, Evaluation-Commercial Items, or other description of evaluation factors for award (Full Text) A "best value" award decision will be made considering the following factors: 1. Technical Factors - Company specializes in or has sufficient documented direct experience in providing all labor, materials, tools, supervision and travel necessary to fabricate and install entrance signs per the specifications outlined in the Statement of Work titled "Fabrication and Installation of Entrance Signs" dated 20 August 2012. 2. Past Performance - References from recent contracts similar to work described in the Statement of Work titled "Fabrication and Installation of Entrance Signs" dated 20 August 2012. 3. Price - A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the Independent Government Estimate. If multiple contract line items are included in the price schedule, prices will also be evaluated to determine whether any line items are unbalanced. Offerors are cautioned to distribute costs appropriately. 52.212-3, Offeror Representations and Certifications- Commercial Items (Full Text) 52.217-5, Evaluation of Options (July 1990) SOLICITATION & CONTRACT CLAUSES: 52.212-4, Contract Terms and Conditions-Commercial Items, (By Reference) 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive orders (Full Text). 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) ( 31 U.S.C. 6101 note.) 52.219-6, Notice of Total Small Business Set- Aside (JUNE 2003) (15 U.S.C. 644). 52.219-28 Post Award Small Business Program Representation (APR 2012)(15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1 Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.222-6 Davis-Bacon Act Wage Determination - INFORMATION ONLY Decision: IN120001 dated 27 JULY 2012 State: Indiana Employee Class: Stone Mason Rate: $35.35 Fringe: $19.55
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS27193/listing.html)
- Place of Performance
- Address: Indiana Dunes National Lakeshore1100 North Mineral Springs RoadPorter, IN 46304-1299
- Zip Code: 463041299
- Zip Code: 463041299
- Record
- SN02821182-W 20120802/120731235629-b0521ec9f704beae944811de463553ad (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 |