Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOLICITATION NOTICE

J -- Rebuild Trolley Trucks

Notice Date
4/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336510 — Railroad Rolling Stock Manufacturing
 
Contracting Office
NPS, NER - NE MABOBoston National Historical ParkCharlestown Navy YardBuilding I-1BostonMA02129-4543US
 
ZIP Code
00000
 
Solicitation Number
P14PS00812
 
Response Due
5/15/2015
 
Archive Date
6/14/2015
 
Point of Contact
DAVID BARCELEAU
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation Number is P14PS00812 and is issued as a Request for Proposals (RFP) under Federal Acquisition Regulation (FAR) Parts 12, 13.5, and 37. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. The FAC, is available at https://www.acquisition.gov/FAR. This is a Total Small Business Set-Aside under NAICS code 336510, Railroad Rolling Stock Manufacturing, with a size standard of 1000 employees. A current Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/ (formally the legacy Central Contractor Registration (CCR) and legacy Online Representations and Certifications Application (ORCA)). An offeror must ensure that they are self-certified under NAICS Code 336510 in the Representations and Certifications portion of SAM. Submit proposals on the Request for Proposal Schedule. Quotes shall be submitted electronically to David Barceleau at david_barceleau@nps.gov and are due 05/15/2014 12pm ET. For information regarding this solicitation, contact David Barceleau at david_barceleau@nps.gov. Line Item Number 00010: Base - Firm-fixed price rebuild of two trolley trucks from Trolley 1602. See attached Scope of Work. Quantity of 1 with a Lump Sum unit of Measure. Line Item Number 00020: Option 1 - Firm-fixed price rebuild of two trolley trucks from Trolley 1601. See attached Scope of Work. Quantity of 1 with a Lump Sum unit of Measure. Line Item Number 00030 - Option 2 - Firm-fixed price rebuild of two trolley trucks from Trolley 4131. See attached Scope of Work. Quantity of 1 with a Lump Sum unit of Measure. Line Item Number 00040 - Option 3 - Firm-fixed price rebuild of one spare trolley truck. See attached Scope of Work. Quantity of 1 with a Lump Sum unit of Measure. FOB Origin, Contractors Facility. See FAR clause 52.247-30, F.o.b. Origin, Contractors Facility. Period of Performance is 06/01/2014 to 03/01/2015. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. See also Addendum 1 to FAR Clause 52.212-1, Instructions to Offerors Commercial for information to be furnished with the proposal. The Government anticipates awarding a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price only. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A 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 offers 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. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. [(i) None Listed. (k) (1) X and (2) X] The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses are cited in the clause 52.212-5: 52.203-6, 52.203-13, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.223-9, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41, and 52.222-42. The following FAR clauses also apply to this acquisition: 52.202-1, 52.203-3, 52.203-5, 52.203-7, 52.203-12, 52.204-4, 52.204-13, 52.212-4, 52.223-2, 52.223-5, 52.223-17, 52.227-1, 52.232-1, 52.232-39, 52.232-40, 52.244-6, 52.245-1, 52.245-9, 52.246-4, 52.247-30, and 52.217-8 Option to Extend Services. (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the contract expires. (End of clause) 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 6 months. (End of clause) 52.222-42 Statement of Equivalent Rates for Federal Hires. (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class: Nonsupervisory Mechanic, Wage Grade 10, Step 2 Monetary Wage - Fringe Benefits: $24.16 + $4.23 = $28.39. (End of clause) 52.222-49 Service Contract Act - Place of Performance Unknown. (MAY 1989) (a) This contract is subject to the Service Contract Act, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: None in solicitation. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by May 8, 2014 at 12:00PM ET. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (End of clause) 52.252-2 Clauses and Solicitation Provisions Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): For Federal Acquisition Regulation (FAR) Clauses and Provisions (those starting with "52.") see http://farsite.hill.af.mil/vffara.htm. For Department of the Interior Acquisition Regulation System (DIARS) Clauses and Provisions (those starting with "14") see http://farsite.hill.af.mil/vfdiara.htm. (End of clause) The following FAR provisions also apply to this acquisition: 52.203-11, 52.219-1 [(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 336510, Maintenance and Repair of Equipment Railway Equipment. (2) The small business size standard is 1000 Employees.], 52.222-22, 52.223-1, 52.223-4, 52.225-4, 52.225-25, 52.204-7, 52.233-2 [NER New England MABO, Boston National Historical Park, Charlestown Navy Yard, Building I-1, Boston, MA 02129-4543] 52.237-1, 52.217-5, and the following Department of the Interior clauses and provisions apply to this acquisition: Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Invoice. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Template); NON-DISCRIMINATION NOTICE (NOV 2007) Based upon law, Executive Order, or internal policy, the Department of the Interior prohibits discrimination in the workplace, including sexual harassment, based on race, color, national origin, sex, religion, disability, age, or sexual orientation. The Department urges its contractors, subcontractors, and lessors to develop and enforce comprehensive anti-discrimination policies for their places of work; EXPENSES RELATED TO OFFERS (NOV 2007) This solicitation does not commit the Government to pay any costs incurred in the submission of any proposal, in making necessary studies or designs for the preparation thereof, or to acquire or contract for any services. Costs shall not be incurred by recipients of this solicitation in anticipation of receiving direct reimbursement from the Government. It is understood that your bid/proposal/quote will become part of the official file on this matter without obligation to the Government. (End of Clause; INDEMNIFICATION (NOV 2007) The contractor is an 'independent contractor' and shall obtain all necessary insurance to protect himself from liability arising out of this contract. The contractor hereby agrees to indemnify and hold the Government harmless in connection with, any loss or liability from damage to or destruction of property or from injuries to or death of persons (including the agents and employees of both parties) if such damage, destruction, injury or death arises out of, or is caused by performance of work under this contract, unless such damage, destruction, injury or death is caused solely by the negligence of the Government, its agents or employees. The contractor agrees to include this clause, appropriately modified, in all subcontracts to be performed under this contract. (End of Clause); AUTHORITIES AND DELEGATIONS (SEPT 2011) Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause); Agency Protests (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officers decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: National Park Service Bureau Procurement Chief 200 Chestnut Street Philadelphia, PA 19106 (c) Requesting independent agency review will not extend the Government Accountability Offices (GAOs) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause); and DELIVERY OF OFFERS (NOV 2007) 1. Offers may be submitted: [ CO to check all that apply ] ____ via overnight delivery service ____ via facsimile to Fax Number [ CO to fill in ] X via electronic commerce ____ via US Postal Service mail ____ Hand Carried 2. If you use an overnight delivery service, make sure the service will deliver the package to the specified room location, rather than offering only door-to-door service. When the courier delivers documents to a central mailroom or loading dock facility, the items may not be received in the designated room location for one or more workdays. 3. The email address for receipt of offers is: david_barceleau@nps.gov. 4. When bids/proposals are hand-carried or sent by courier service, the offeror is responsible for insuring that the offer is received by the date and time specified in Block 9 of the Standard Form 33 (or blocks 8 and 9 of the SF 1449). Hand carried offers must be delivered to: Not Applicable. All offers must be closed, sealed and addressed as if for mailing and fully identified on the sealed envelope or container. If a hand carried proposal is inadequately marked or is delivered to a location other than the building and room specified in the solicitation, such mismarking and/or misdelivery will be presumed to be the primary cause of late receipt if the proposal is not received at the specified location by the specified date and time. 5. Offerors are advised that all packages, including courier or other hand-delivered proposals may be subject to search and/or x-ray upon entering the Government facility. (End of Clause).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00812/listing.html)
 
Record
SN03347915-W 20140426/140424235102-093c12669752e9287d5af8f06609c23e (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.