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
MODIFICATION

W -- PORE Scaffold Rental

Notice Date
6/30/2016
 
Notice Type
Modification/Amendment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P16PS01807
 
Archive Date
8/2/2016
 
Point of Contact
Jack Northcutt, Phone: (541) 883-6884
 
E-Mail Address
jack_northcutt@nps.gov
(jack_northcutt@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation No. P16PS01807 Amendment 1 Scaffold Rental Point Reyes National Seashore Marin County, California The purpose of this amendment is to correct the period of performance. This is a combined synopsis/solicitation for the rental, erection, and dismantling of scaffolds, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-88 of June 15, 2016. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is P16PS01807 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 532490 and the small business size standard is $32.5 million in average annual receipts. DESCRIPTION: Erect, dismantle, and scaffold the west interior of the Home Ranch Old Milking Barn. Provide full planking and access to three working locations on the scaffold. The top working platform shall provide access to working on the barn ridge at an approximate height of 32 feet. The second working platform shall provide working access to the rafter plate connection at a height of approximately 20 feet. The third platform shall provide working access to the interior wall rafter connection at an approximate height of 12 feet. The area of the barn to be scaffold has a footprint of approximately 100 feet by 25 feet. Contractor shall protect any building components (lofts) that scaffolding is set on. Upon removal of scaffolding the area must be clean of any scaffolding related debris. Scaffold must meet all federal, state and local OSHA requirements. Delivery to Point Reyes National Seashore and transport at the end of the rental period is required. DELIVERY: Deliveries will be between the hours of 7:30 a.m. and 4:00 p.m. Monday - Friday except Federal holidays. The work shall be performed at Home Ranch Old Milking Barn located in Point Reyes National Seashore (PORE). The barn is located on an active beef cattle operation and is accessed via a narrow dirt road with steep grades and narrow turns. SITE VISIT: NPS will hold a contractor site visit at 9 A.M. on July 8, 2016 at the park headquarters at 1 Bear Valley Road, Point Reyes Station, CA 94956. After an orientation the contractors in attendance will follow NPS personnel out to the site to review the project. During a walkthrough of the work location, NPS will familiarize prospective contractors with specific work expected and site conditions can be identified. PERIOD OF PERFORMANCE: July 25, 2016 - October 30, 2016 PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury. TERMS AND CONDITIONS: The following FAR provisions and clauses apply: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-20 - Predecessor of Offeror; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside Orders; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.222-41, Service Contract Labor Standards; 52.222-42, Statement of Equivalent Rates for Federal Hires ($22.62/$1.72); 52.222-55, Minimum Wages Under Executive Order 13658; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.217-8, Option to Extend Services (15 days). Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/ DOL Wage Determination 15-5637 is available at http://www.wdol.gov/wdol/scafiles/std/15-5637.txt?v=2 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Feb 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 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: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. 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) prior to the contract award date, but no more than 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. INSTRUCTIONS TO OFFERORS: Quotations are due by Wednesday, July 18, 2016, 4:30 PM, PDT to the attention of: Jack Northcutt, Contracting Officer, Crater Lake National Park. Quotations must include the following information: Company name Company DUNS number Contact name, phone number and e-mail Daily, Weekly and Monthly rates Delivery charges Installation charges Tear-down charges Brief description of the scaffold system Quotations may be hand delivered, e-mailed or sent via mail through regularly scheduled delivery services for delivery to the attention of Jack Northcutt, NPS, Klamath Ranger District, 2819 Dahlia St. Ste A, Klamath Falls, OR 97601 on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact Contract Specialist for confirmation). Quotes may be sent to e-mail address: jack_northcutt@nps.gov. Any quotation received after 4:30 pm Pacific Daylight Time will be considered late and will not be further considered. Do Not contact or send quotations to the Default Contracting Office Address in Denver, Colorado. OFFER EVALUATION(S): The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Best value is expected to result from the selection of the technically acceptable quotation with the lowest evaluated price. The following factors will be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); Past performance is approximately equal to cost or price. 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 offer's 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. THE POINT OF CONTACT FOR THIS QUOTATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; e-mail: jack_northcutt@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01807/listing.html)
 
Place of Performance
Address: Point Reyes National Seashore, Point Reyes Station, California, 94956, United States
Zip Code: 94956
 
Record
SN04168355-W 20160702/160630235918-ab10aa7bc14aa866f31bea7c1df73f84 (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.