Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

19 -- CURE REPLACE TOUR BOAT (Go to FedConnect.net)

Notice Date
6/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
NPS, IMR - Lakewood MABO 12795 W Alameda Parkway Lakewood CO 80228 US
 
ZIP Code
00000
 
Solicitation Number
P16PS01484
 
Response Due
7/15/2016
 
Archive Date
6/3/2017
 
Point of Contact
Carter, Jacqueline
 
Small Business Set-Aside
Total Small Business
 
Description
TITLE: Curecanti Pontoon Boat (See FedConnect.net) LOCATION:Curecanti National Recreation Area, 102 Elk Creek, Colorado 81230 See attached documents for the required specifications-- Brief Description: National Park Service (NPS), Intermountain Region (IMR), Curecanti National Recreation Area (CURE), Colorado. Deliver a complete and properly functioning pontoon boat in accordance with industry standards and the requirements listed below. Unless otherwise noted as Government furnished, the contractor is responsible and shall provide all material, personnel, transportation, services and expertise required to properly carry-out the this requirement in accordance with industry standards, manufacturers requirements and all related Federal, state and local laws. FAC 2005-88, Effective 16 May 2016 This is a combined solicitation synopsis in accordance with Federal Acquisition Regulation Parts 5 and 12. SET-ASIDE:Total Small Business Set-Aside, NAICS: 336612, Boat Building, Size Standard:1000* FSC: 1945, Pontoons and Floating Docks Pursuant to Federal Acquisition Regulation Parts 12 and 5, this is a combined solicitation synopsis. No other notice will be posted. Interested parties are encouraged to check this site frequently for any updates or change. I. CLAUSES: 52.252-2 -- Clauses 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): http://farsite.hill.af.mil/vffara.htm or http://www.ecfr.gov/ A. 52.212-4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (May 2015) Addendum to 52.212-4 (added): (g) Invoicing via ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) - DIAPR 2011-04 April 2013 B. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Mar 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011). (iii) Alternate II (Nov 2011). (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (36) (i) 52.223-13, Acquisition of EPEAT ® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 (ii) Alternate I (Oct 2015) of 52.223-13. (37) (i) 52.223-14, Acquisition of EPEAT ® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-14. (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (39) (i) 52.223-16, Acquisition of EPEAT ® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-16. (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). (ii) Alternate I (May 2014) of 52.225-3. (iii) Alternate II (May 2014) of 52.225-3. (iv) Alternate III (May 2014) of 52.225-3. (43) 52.225-5, Trade Agreements (Feb 2016) (19 U.S.C. 2501,  et seq., 19 U.S.C. 3301 note). (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. ¿s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [See provision 52.232-31. IF INSTALLATION PAYMENTS ARE REQUESTED the offer shall submit a schedule of proposed installation payments (i.e. milestone/task completed, amount suggested, mean of verification of work, security proposed (i.e. performance bond). Must provide performance bond within 10 calendar days after award. A notice to proceed will be issued on the performance bond is received. Must comply with 52.232-31 and may be negotiated.] (50) 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (d)  Comptroller General Examination of Record  The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor ¿s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause ¿ (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.212-5, Addendum: 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights, Apr 2014 52.222-20 Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000, May 2014 52.228-16, Performance and Payment Bonds ¿Other Than Construction, Nov 2006 [Fill-ins: 100%, 0%, 10 calendar] 52.245-1 Government Property, Apr 2012 52.252-2 Clauses Incorporated by Reference, Feb 1998 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, December 2013 C. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES, April 1984 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ¿(DEVIATION) ¿ after the date of the clause. (b) The use in this solicitation or contract of any Department of Interior Acquisition Regulation (48 CFR 14) clause with an authorized deviation is indicated by the addition of ¿(DEVIATION) ¿ after the name of the regulation. (End of Clause) II. PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference, Feb 1998 This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm or http://www.ecfr.gov/ A. Incorporated by Reference 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ¿Representation (DEVIATION 2015-02) 52.211-6, Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors -- Commercial Items, Apr 2014 (Incorporated by Reference) 52.212-2, Evaluation -- Commercial Items (Oct 2014) 52.232-31, Invitation to Propose Financing Terms, May 2014 B. 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS 52.212-1 Addendum (Same as attached): ¿Brief Description: National Park Service (NPS), Intermountain Region (IMR), Curecanti National Recreation Area (CURE), Colorado. Deliver a complete and properly functioning pontoon boat in accordance with industry standards and the requirements listed below. Unless otherwise noted as Government furnished, the contractor is responsible and shall provide all material, personnel, transportation, services and expertise required to properly carry-out the this requirement in accordance with industry standards, manufacturers requirements and all related Federal, state and local laws. I: General Information: A. Socio-economic Set-Aside: Total Small Business Set-Aside, 100%, NAICS: 336612, Boat Building, Size Standard: 1,000 C. Company ¿s Name & Address: _____________________________________________________ D. Delivery to: Curecanti National Recreation Area, 102 Elk Creek, Colorado 81230 E. FOB: Destination (delivery, freight, shipping and off-loading must be included in the fully burdened price.) F. Accepted No of Days/Delivery: Offeror proposes_____ calendar days from receipt of the award G. Unit of Issue: Each; Quantity: 1; Proposed Price: $ __________._____ (Fully Burdened - All inclusive) H. Proposed Product ¿s Origin, to include the engine (Select one): ___ Made in the USA; or ___ Other:__________________ (Must meet the Buy American Act and other supplement allowances (i.e. waivers, not manufactured in the US, too expensive etc.) I. Point of Contact: _________________________________________(name, number and email address) J. Offeror ¿s DUNS: _________________ K. Prior to award, the offeror must complete and be active in the System for Award Management, SAM.gov. (https://www.sam.gov/portal/SAM/) L. Include reference to the Request for Proposal number P16PS01484 on the offer letter. M. Offers must be valid for 60 days N. Indicate any Payment Discounts or Payment Terms. The Standard Terms is Prompt Payment 30 calendar days. O. A non-manufacture class waiver is not applicable to this requirement. P. Offer must be signed by a company authorizing party. Use the SF 1449, Solicitation/Contract/Order for Commercial Items (Offeror to complete blocks 12, 17, 23, 24 and 30), OR the offer may submit the above information (subparagraphs A-P) on company ¿s letter head; however all requested information must be included on the form or on the offer letter by either hand writing in the information requested or typed. ¿ II. Offerors shall submit the following in order to be considered responsive and to be considered for award of this requirement: ¿(1) All General Information (subparagraphs A-P) on Company ¿s letter head OR the SF 1449; (2) Warranty information; (3) If any, a list or description of any green products used in the manufacturing process, and/or sustainability methods utilized; (4) Two copies of the manufacturer's catalogs or catalog cuts for each of the listed items, to include engine and console specifications (see paragraph IV below) with their offer. One (1) copy shall be submitted electronically, via FedConnect.net. The hard copy of the manufacturer's catalogs or catalog cuts (scale drawings) must be received within 7 calendar days after the close date of the Request for Proposal. Send one copy of the manufacturer ¿s catalogs or catalog cuts (only ¿ NO PRICING) to: Curecanti National Recreation Area Attn: Ed Herrera 102 Elk Creek, Colorado 81230; and (5) OPTIONAL: Schedule of Installation Payment (if requested). ¿ III. Other information may be required to comply with the Federal Acquisition Regulation (FAR) and a determination of responsibility. The offeror ¿s failure to provide additional information requested in a timely manner may result in the offer being determined non-responsive and therefore the proposal will not be considered for award. IV. The complete sets of manufacturer's catalogs or catalog cuts (scale drawings), to include engine and console specification. They shall show the following items, at a minimum: (1) Side Elevation with pontoons, rails, roof, deck members drawn in and materials and dimensions shown, placement of speakers and other pertinent equipment. (2) Top Elevation showing placement of seats, console, restroom enclosures, speakers, gates and engine mounts. (3) 12-Volt Heavy Duty Marine batteries (4) The manufacturer's catalogs or catalog cuts must clearly demonstrate that the specification of this requirement have been met or will be exceeded. V. The Government ¿s intent is to maintain open competition. Offers must notify the Contracting Officer in writing of any requirements they consider restrictive or requirements that are not in accordance with industry standards. The Contracting Officer in coordination will make a determination and amended the RFP, if applicable. C. 52.212-2 -- Evaluation -- Commercial Items, Oct 2014 (Addendum) ¿Award will be in accordance with Federal Acquisition Regulation Part 12, Best Value and 13. To be eligible for award the offer must be responsive, meet or exceed the technical requirements of this request as describe below in the paragraph titled, Boat Specifications (to include all related subparagraphs), the company must be determined responsible and the offered price must be determined fair and reasonable. Award will be based on lowest price technically accepted, meeting or exceeding the requirement s of the paragraph IV, Boat Specifications and all related subparagraphs below. D. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, Apr 2016 Go to http://farsite.hill.af.mil/vffara.htm or http://www.ecfr.gov/ for full TEXT (The below is an excerpt) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications ¿Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.120 except for paragraphs. [Offeror to identify the applicable paragraphs at (c) through (of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not and do not result in an update to the representations and certifications posted electronically on SAM.] E. DUE DATE AND TIME:15 July 2016, Friday, 5:00 pm Eastern Time F. BE SURE TO READ IN ITS ENTIRETY (to include the attachments) AND RETURN PROPOSAL BY THE DUE DATE AND TIME VIA FEDCONNECT.NET. G. POC for Questions is the Contracting Officer, Jacqueline E. Carter, 303-969-2866, jacqueline_carter@nps.gov, National Park Service/Intermountain Regional Office, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225-0287. ALL questions must be submitted in writing and via email (jacqueline_carter@nps.gov). H. No other notice will be issued. Offers will only be accepted by responsible companies as required by FAR Part 9, and meeting the requirements of this combined solicitation synop sis.Any selected awardee must be actively registered in the System for Award Management at the time of award, which is found at SAM.gov. (There is no cost to register) The Government will not reimburse any interested parties for any monies spent to provide a response to the combined solicitation/synopsis. I. Attachments: 10 Pages, Boat Specification - Instruction and Evaluation Criteria (PDF), Dated 8 June 2016 1 Page, Hand Drawing Notice: The contracting officer, without notice, may publish notices of solicitation cancellations (or indefinite suspensions) of proposed contract action. *See https://www.sba.gov/sites/default/files/articles/NMR%20CLASS%20WAIVER%20LIST - AS%20OF%2001-01-2015_3.pdf for non-manufacturer class waiver.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01484/listing.html)
 
Place of Performance
Address: Curecanti National Recreation Area, 102 Elk Creek Gunnison CO 81230 United States of America
Zip Code: 81230
 
Record
SN04167500-W 20160702/160630235208-468c320ef89d72f70680226017343ad1 (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.