Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

99 -- APCO - HISTORIC REPRODUCTION ARTILLERY

Notice Date
7/28/2014
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NPS, NER - VA MABO3655 US HWY 211 EastLurayVA22835US
 
ZIP Code
00000
 
Solicitation Number
P14PS01947
 
Response Due
8/11/2014
 
Archive Date
9/10/2014
 
Point of Contact
Norma Hernandez
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial item supplies 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. One Firm Fixed Price award is contemplated to a responsible offeror, based on lowest price and technically acceptable offer. This is solicitation number is P14PS01926 and is issued as a Request For Quote (RFQ) for Reproduction Historical Artillery. This requirement is a 100% total small business set-aside. The associated NAICS code is 332999 and or closely related NAICS will be acceptable. The small business size standard is 750 EMP. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective May 30, 2014. Anticipated Award Date: within 14 calendar days of receiving offers. Estimated Delivery Date 6 months (180 days) after award date. Deliveries will require advance notice and coordination at Destination location. Point of Contact to be announced after award. Delivery via FOB Destination. Offerors will be required to have a current registration in SAM prior to award pursuant to FAR 4.1102 and all other applicable regulations and guidelines can be found at www.sam.gov. 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. SCOPE OF WORK FOR SUPPLIES. REPRODUCTION MODEL 1857 12 PDR NAPOLEONS AND ALUMINUM CARRIAGES SPECIFICATIONS - APPOMATTOX C. H. N. H. P. PART 1 - GENERAL 1.1PURPOSE OF PROJECT To establish a stronger visual connection between the park's significance in Civil War battlefield history and park visitors by purchasing and displaying reproduction cannons and aluminum carriages. These large tangible reminders of war will be seen strategically positioned in locations where significant artillery related events occurred in April 1865. They will offer park visitors an opportunity to experience the battlefield resource as a place where dramatic events unfolded, leading to peace and reunification. These reproductions will serve as a "calling card" to remind visitors of the cultural historical significance of the Appomattox landscape. 1.2PARK ENVIRONMENTAL CONDITIONS The pieces will be exposed to: sun, wintertime freezing and thawing and summertime high heat and humidity, school age children who will climb or stand on these props, and wild animals may attempt to gnaw or take up residence. 1.3SCHEDULE OF SUPPLIES: FULL SIZE ALUMINUM FIELD LIMBERS AND CAISSON LINE ITEMS - SEE Line Items on SF 1449 (Attachment) CLIN 00010 - QUANTITY (2) EACH - Model 1857 12 PDR Napoleon - Artillery Tubes CLIN 00020 - QUANTITY (2) EACH - Model 1857 No. 2 Modified Artillery Carriages Napoleon barrels to be cast polished silicon bronze with 12" deep bore, and shall include original type gun founder's markings, inspector's marks, pendulum hausse seats, and front sight blades. Carriages shall be aluminum construction with all component parts fully functional and dimensionally-consistent with specifications and drawings found in Artillery for the United States Land Service as Devised and Arranged by the Ordnance Board, by Brevet Major Alfred Mordecai (Washington: 1849) and the U.S. Army Ordnance Manual of 1861 published by the United States Ordnance Department. http://openlibrary.org/books/OL24358053M/The_ordnance_manual_for_the_use_of_the_officers_of_the_United_States_Army http://www.archive.org/stream/ordnancemanualfo00unit#page/n5/mode/2up Cast aluminum areas which would have been wood on originals shall be finished in a baked on powder coater olive drab. Cast areas which would originally have been iron shall be gloss black to match color specified (as per manual above). The finished product shall be capable of resisting the effects of weather in an unprotected, outdoor environment. All fittings, attachment points, and tool brackets will be functional for their intended use and be resistant to vandalism and theft. The dimensions and appendages shall conform in all respects with specifications listed in the 1861 Ordnance Manual for the use of the Officers of the United States Army, Chapter III: A. Material used in the manufacture shall be high-grade, corrosion- resistant aluminum alloy. Material used in the manufacture of fittings and fasteners shall be of non-carbon metal (such as stainless steel) to prevent rusting. B. Shall be finished with standard flat enamel paint as specified, per manual. The contractor shall remove and correct any over-painting, splatters, smears and blemishes prior to the acceptance of the work. C. All surfaces shall be smooth and be free of burrs, voids, and other imperfections. The contractor shall ensure that no seams are present from the casting method. D. No modern maker's, manufacturer's, or vendor's stamps, markings or medallions shall be placed or affixed unless approved by CO. E. No changes or substitution of materials and/or design shall be made without the prior written approval of the CO. F. Delivery of the completed pieces is to be made within 6 months (180 days) after award. G. The government reserves the right to allow up to (7) Seven Business Days to perform a final inspection upon delivery to the site. The contractor agrees that all pieces shall be returned at the contractor's expense if not meeting specifications for corrective work. H. The contractor shall warrant all parts and labor for a period of two years from date of acceptance. The contractor shall replace, without cost to the government, any part that fails due to manufacturing or material defect during that period. All costs of transportation for repair covered by warranty shall be at the expense of the contractor. I. Contractor will be responsible for delivery and offloading at delivery site. Damaged goods will not be accepted. Coordination for delivery will require advance notice with Designated Contracting Officers Representative at Delivery Point. 2.4DELIVERY LOCATION: Appomattox Court House National Historical Park (NHP) Maintenance Shop Attn: Joe Williams 458 George Peers Drive Appomattox, VA 24522 Deliveries are only accepted Monday-Friday, 7:30 a.m. thru 3:00 p.m., and closed on Federal Holidays. 2.5 WARRANTY A. Warranty Certificate and information covering paint, castings, etc. to be provided not later than 5 Business Days after award and will be submitted to the Contracting Officer. Also shall include warranty for Section 1.3 Schedule of Supplies "H". Quotes Submittal Instructions: Offerors must comply with FAR 52.212-1, Instructions to Offerors - Commercial Items. Offerers will submit quotes using attached Standard Form 1449. Submission, modification, revision, and withdrawal of proposals can be made up until Solicitation Close Date and Time, Monday, August 11th, 2014, 4:00PM Eastern Standard Time. Submission will only be accepted by fax or email. Submission via Fed Connect cannot be made or authorized. All offers will need to be received by this date and time. Offerors should ensure, the name (Business Name), address, and telephone and facsimile numbers of the offeror (and electronic address if available); and name of person(s) authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation. Contracting office or its employees will not be responsible for late submissions after the close date/time due to technical difficulties regarding electronic submissions and transmitting non receipt errors. Offerors shall make effort to ensure quotes are submitted to allow for timely arrival. Questions - Offerors shall submit any questions concerning the solicitation at the earliest time possible to enable the contracting officer to respond and not later than 24-hrs prior to close of the solicitation. Send questions with name of business, point of contact name, and questions to Norma_Hernandez@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/. 52.203-6, Restrictions on Subcontractor Sales to the Government 52.203-13 Contractor Code of Business Ethics and Conduct 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors - Commercial Items (by reference) 52.212-2 Evaluation - Commercial Items (full text) 52.212-3 Offeror Representations and Certification - Commercial Items (full text) 52.212-4 Contract Terms and Conditions -- Commercial Items (by reference) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (full text) 52.219-1Alt 1, Small Business Program Representations 52.219-14 Limitations on Subcontracting 52.219-16 Liquidated Damages-Subcontracting Plan 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-20 Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans Rights Under the National Labor Relations Act 52.222-54 Employment Eligibility Verification 52.222-50 Combating Trafficking Persons 52.223-6 Drug Free Workplace 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-1 Buy American Act--Supplies 52.225-2 Buy American Act Certificate 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.232-11 Extras 52.232-23 Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payment to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law of Breach of Contract Claim 52.236-7 Permits and Responsibilities 52.243-1 Changes - Fixed Price 52.246-2 Inspection of Supplies -- Fixed-Price 52.246-16 Responsibility for Supplies 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-3 Alterations in Solicitation 52.252-4 Alterations in Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Addendum to Clauses Full Text Addendum to the clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2013) are as follows and are incorporated into the terms and conditions: DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) 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: Contractor is required to upload and submit electronic invoice for payment via IPP. 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 CCR) 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 Clause) Additional Info: Norma_Hernandez@nps.gov Contracting Office Address: Virginia MABO, Shenandoah National Park, 3655 U.S. Hwy 211 East, Luray, VA 22835-9036. Place of Performance: Appomattox Court House National Historical Park, 458 George Peers Drive, Appomattox, VA 24522 Point of Contact(s): Norma Hernandez, Contracting Specialist, ph 540-999-3500, ext 3394, email: Norma_Hernandez@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01947/listing.html)
 
Record
SN03439647-W 20140730/140728234515-23573553c5e4f8882b3eec1e17d84101 (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.