SOLICITATION NOTICE
55 -- Cedar shakes, shingles and shakeliner, Mount Rainier Nat'l Park
- Notice Date
- 7/30/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423310
— Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
- Contracting Office
- NPS, PWR - OLYM MABOMount Rainier National Park55210 238th Ave EAshfordWA98304US
- ZIP Code
- 00000
- Solicitation Number
- P14PS01949
- Response Due
- 8/13/2014
- Archive Date
- 9/12/2014
- Point of Contact
- LISA OLSON
- E-Mail Address
-
LISA_OLSON@NPS.GOV
(lisa_olson@nps.gov)
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75, effective May 30, 2014. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. The solicitation number is P14PS01949, and the solicitation is issued as a Request for Quotation (RFQ). The NAICS code is 423310 with an associated small business size standard of 100 employees. This solicitation is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. 01 - DESCRIPTION: The National Park Service, Mount Rainier National Park (MORA), has a requirement for the supply and delivery of cedar shakes, shingles, and shakeliner to Longmire maintenance area of Mount Rainier National Park with at least partial delivery within 10 business days from date of award, and final delivery before September 30, 2014. All shake and shingles to be certified by the Cedar Shake And Shingle Bureau --90 square of 24" x 5/8" premium grade, edge grain, handsplit (top), tapersawn (under) Cedar shake --145 square of 24" x 5/8" premium grade, edge grain, tapersawn Cedar shake --20 square 16" premium grade, edge grain, tapersawn Cedar shingles --225 rolls of 18" x 120' #30 shakeliner Delivery shall be included FOB Destination to Longmire, WA 98397 Grand total (FOB Destination) 1 lump sum $___________ to Longmire general maintenance area. 02 - DELIVERY REQUIREMENTS. All materials shall be delivered to L201 Park Warehouse, Longmire, WA 98397. Vendor shall coordinate with park contracting officer for delivery. The Vendor shall not be responsible for offloading shakes at final destination. Final inspection and acceptance of materials by the Government will occur when materials arrive to the delivery location. Longmire is located approximately 7 miles beyond the Nisqually Entrance Station, off of Washington State Route 706 East, accessed via Washington State Hwy 7. The zipcode is 98397. 03 - CLAUSES & PROVISIONS. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote, conforming to the solicitation, will be most advantageous to the Government, on the basis of lowest unit price, considering price and past performance. The government reserves the right to make award without discussions. 52.204-07, System for Award Management is applicable to this solicitation. Offerors are required to be registered in SAM.gov in order to be eligible for consideration for award. The website address for SAM is https://sam.gov. REPS/CERTS - - Offerors must include a completed hard copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with quote, or have completed electronic reps/certs in SAM. The clauses 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, and includes the following clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-06; 52.219-28; 52.222-03; 52.222-19; 52.222-21; 52.222-26; 52.223-18; 52.225-01; 52.225-3; 52.225-13; 52.232-33. The clause at 52.247-34, F.o.b. Destination, applies to this acquisition. The clause 52.211-17, Delivery of Excess Quantities, is applicable to this solicitation. The clause, "DOI Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP)" is applicable to the awarded contract. IPP REGISTRATION NOT REQUIRED UNTIL AFTER AWARD. The clause, in full text, is as follows: 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: Vendor's actual business 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 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 CLAUSES. 04 - ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED IN WRITING (email preferred) to the point of contact listed below. If emailing, reference the solicitation number in the subject line of the email. 05 - WHEN AND WHERE TO SUBMIT QUOTE: Quotations must be received at Mount Rainier National Park no later than Wednesday, August 13, 2014 at 5:00 p.m., Pacific Daylight Time. Anticipated award date is the week of August 17th or earlier. Quotes may be submitted to the point of contact listed below referencing the solicitation number. 06 - WHAT TO INCLUDE IN QUOTE: (a) Business name, address, phone number, and DUNS number, (b) a point of contact name, phone number, and email address, (c ) the quoted price per item with extended total including shipping. 07 - POINT OF CONTACT FOR THIS SOLICITATION is Lisa Olson, Purchasing Agent, Mount Rainier National Park, telephone: 360-569-6543, email lisa_olson@nps.gov. The government reserves the right to cancel this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01949/listing.html)
- Place of Performance
- Address: Mount Rainier National ParkL-201 Park WarehouseLongmireWA98397USA
- Zip Code: 98397
- Zip Code: 98397
- Record
- SN03443771-W 20140801/140730235751-93839403a57335cf282bb1e2df050f1d (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 |