Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

56 -- Dimensionally Cut Missouri Limestone

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
212311 — Dimension Stone Mining and Quarrying
 
Contracting Office
NPS, WASO - WCP Contracting P.O.Box 25287 MS WCP Denver CO 80225 US
 
ZIP Code
00000
 
Solicitation Number
P17PS01205
 
Response Due
5/19/2017
 
Archive Date
6/3/2017
 
Point of Contact
Rushlow, Sheila
 
E-Mail Address
sheila_rushlow@nps.gov
(Sheila_Rushlow@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number P17PS0205 is issued as a Request for Proposal (RFP) for dimensionally cut Missouri Limestone that will match the size specifications and profiles of the current limestone stairs and landings of the existing south portico entrance for a historically significant structure located in downtown Washington, DC. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. The North American Industry Classification System (NAICS) is 212311. The Solicitation is a total Small Business Set-Aside, Size Standard 500 Employees. The project site is a historically significant structure in downtown Washington, D.C. Construction of the main block finished in 1800. The south portico, part of the original design, was completed in 1824 and includes a pair of curved limestone stairs that gracefully lead from the south grounds up to the State Floor. Each set of stairs consists of fifteen steps leading up to a landing and then six more steps from landing to the portico. The individual steps are integral to each other in their construction and supported by a stone block base. Decorative iron handrails flank each set of stairs. The stairs have remained unaltered since their completion and have had only minor repairs. The building was designated a National Historic Landmark in 1960. The south elevation is photographed hundreds of time a day by tourists and the media and the South Portico stairs are typically center stage of the photographs. Independently and not as an agent of the Government, the Contractor shall provide all labor, facilities, equipment, and transportation necessary to provide dimensionally cut Missouri Limestone, that will match the size specifications and profiles of the current limestone stairs and landings of the existing south portico entrance. All limestone shall be of standard architectural grade, free of cracks, seams, starts, or other traits that may impair its structural integrity or function. Limestone shall be obtained from a quarry having adequate capacity and facility to meet the specified requirement and equipped to process the material in accordance with both written and ASTM Specifications identified below. Stone shall be from a single quarry. Limestone color shall match existing stairs and landings. Inherent color variations characteristic of the quarry shall be acceptable. Limestone finish shall match existing stairs and landings. Backs of stairs and landing pavers shall be dressed to smooth surface. All steps shall match existing profiles. See different component sizes identified as Component A through C below and in accordance with Attachment 1, drawing entitled ¿Attachment A ¿ Pages, 1, 2 and 3. Light eased edges shall have a tolerance level less than 1/16 ¿. Clean surfaces on all sides 96 percent of natural inclusions. Stone shall conform to ASTM C-568 Standard Specification for Limestone Dimension stone and the following ASTM Standard Test Methods: (1) ASTM C97 Standard Test Methods for Absorption and Bulk Gravity of Dimension Stone; (2) ASTM C99 Standard Test Method for Modulus of Rupture of Dimension Stone; (3) ASTM C170 Standard Test Method for Compressive Strength of Dimension Stone, (4) ASTM C241 Standard Test Method for Abrasion Resistance of Stone subject to Foot Traffic; and (5) ATSM C880 Standard Test Method for Flexural Strength of Dimension Stone. Naturally occurring imperfections or inclusions shall be no more than one square inch in size on all sawn and finished surfaces. Stone Dimensions for each item listed are Length x Width x Height as follows: Component A: 38 step stones with 1/8 ¿ wash, bull nosing on three sides, 10 ¿x 21 ¿ x 7 ¿ in accordance with Attachment 1, drawing entitled ¿Attachment A ¿, Pages 1, 2, and 3. Component B: 2 curtail step stones with 1/8 ¿ wash, bull nosing on three sides, 11 ¿x 21 ¿ x 12 ¿ in accordance with the Attachment 1, drawing entitled ¿Attachment A ¿, Pages 1, 2 and 3. Attachment C: 4 pavers with bull nosing on three sides 6 ¿ x 10 ¿ x 7 ¿ in accordance with Attachment 1, drawing entitled ¿Attachment A ¿, Pages 1, 2, and 3. The Contractor is responsible for final verification of measurements. Time will be made available to do this during the Pre-Proposal Conference and Site Visit. If measurements are not verified during the Site Visit, the Contractor shall verify final on-site measurements after contract award but prior to fabrication. The National Park Service, Contracting Officer ¿s Technical Representative (COR) will inspect stone at the Contractor ¿s facility prior to final fabrication as well as a sample of the finished stone. As part of the proposal submission, the Contractor shall identify a date for inspection at the Contractor ¿s facility. The Contractor shall not proceed with final fabrication prior to the COR review and approval. The Contractor shall submit for COR review ASTM Test Results for the stone provided as part of the proposal submission process and again during COR inspection of the stone at the Contractor ¿s facility. Should the stone fail to perform in accordance with the identified ASTM Specifications and Test Results, the Contractor shall be responsible for providing replacement stone within two weeks of written notification by the Government. Should the Contractor disagree with replacement, the Government will contract with a Third Party to test the stone. If failure of the stone is determined to be either not in conformance with the specifications or a latent defect in the stone, the Contractor shall be responsible for costs associated with the Third Party inspection, removal, disposal of old stone, replacement stone and re-installation. This is a secure site and the following security protocols will be used as follows: Personnel: All Contractor ¿s personnel, subcontractors personnel, suppliers and anyone else entering the grounds or passing a United States Secret Service (USSS) vehicle checkpoint will be required to obtain an access clearance from the USSS. Workers that are not driving a vehicle can be dropped off on a perimeter street and go through the USSS vehicle checkpoint. (1) All Contractors will be required to fill out Attachment 2, an Excel spreadsheet listing of ALL personnel requiring access to the site indicating each individual ¿s full name, date of birth (DOB), social security number, and other personal information. Verify all data for completeness and correctness. Include back-up or alternate personnel in case the desired personnel become unavailable or must be substituted. The COR will provide a template (Attachment 2) Excel file for insertion of data by the Contractor. The Contractor must password protect the Excel file before submitted it to the COR. The Excel access form must submitted a minimum of 3 business days before access to the site. All cleared individuals will be placed on an active Work Order (WO) for the site. (2)In addition to Item (1), for all individuals requiring access to the site for more than 14 days in a period of 60 calendar days, the individual must also fill out Attachment 3, a SSF-1888 and be fingerprinted by the USSS. All SSF-1888 submissions must be filled out electronically using the template provided by the COR. The individual must TYPE all information on the form and print a hard copy to bring to their fingerprint appointment. Hand written forms will not be accepted. The individual shall NOT sign the SSF-1888 until it can be witnessed by a USSS employee administering their fingerprinting. All individuals requiring a SSF-1888 must submit their form and be fingerprinted within 14 calendar days of being on an active WO. (3) Any workers requiring fingerprinting will be required to present themselves to the USSS at 1724 F Street, NW, Washington DC, 20502 along with their unsigned SSF-1888 and the proper forms of identification listed below: (a) US citizens (born in the US): State Driver ¿s license or US passport; (b) *Naturalized US citizen: State Driver ¿s license, passport, and Naturalization Certificate; (c) *Foreign Nationals (born in a foreign country that are not US citizens): State Driver ¿s license, Green Card with ARN, etc.; (d) *US Citizen born abroad (i.e. born in a foreign country on a US military base): State driver ¿s license, and State Department birth certificate. *Please make sure that all foreign born individuals regardless of citizenship bring proper documentation ¿ originals NOT copies of driver ¿s license, ARN card, green card, naturalization documents, social security card, passport, etc.). Allow 15 minutes for each person for the fingerprinting process. Coordinate scheduling with the COR. (4) All personnel shall provide a government issued personal photo identification driver ¿s license or passport upon entering the secured perimeter and will be required to clearly display an identifying badge issued by USSS while on-site. (5) USSS reserves the right to confiscate an individual ¿s badge at any time and remove the individual from the site. The COR will notify the Contractor ¿s Project Manager in these instances. B. Vehicles: All cars, trucks, vans, trailers, towed equipment and any other wheeled or tracked motorized vehicle entering the grounds or passing a USSS vehicle checkpoint will be required to be included on a vehicle access listing. (1) Contractor shall prepare Attachment 4, an Excel spreadsheet listing of all such vehicles indicating company name, state of license plate, license plate number, year of vehicle, manufacturer of vehicle, manufacturer model name, and color of vehicle. Include back-up or alternate vehicles in case the desired vehicle becomes unavailable or must be substituted. COR will provide a template Excel file for insertion of data by the Contractor. (2)Provide completed spreadsheet in electronic form with an attached paper copy to the COR. Update and resubmit a consolidated listing as additional vehicles are identified at least 3 business days prior to their required access to the site. (3) All equipment, vehicles and materials within proximity of the project site will be subject to security searches. All materials shall be delivered to: 1600 Pennsylvania Avenue, NW, Washington, D.C. 20500 on or before August 9, 2017. Finished limestone shall be packaged and loaded for shipment using customary precautions against damage in transit. All materials shall be placed on pallets that are at least 2 inches larger than all dimensions of the stone on top of them. No material which shall cause staining or discoloration shall be used for blocking or packaging. The Contractor shall provide the COR with an Email list of components that are shipped. A map for a staging area for delivery is provided in Attachment 5, Labeled ¿Attachment B, Page 4 ¿, 1 Page. A Pre-proposal Conference and Site Visit will be held on May 9, 2017 at 11:00 a.m. This is a secure site and security clearance will be required by all personnel. All Offerors ¿ will be limited to bringing two individuals. Please contact Sheila Rushlow via Email at sheila_rushlow@nps.gov with the names of the individuals attending and the required Excel Forms in accordance with the above guidance. The Attachment 2, Excel spreadsheet is required for each individual accessing the site. Email the password protected Excel file to sheila_rushlow@nps.gov by no-later-than 3:00 p.m. on May 5, 2017. Should you fail to meet this deadline and submit the forms you will not gain access to the site on this day and another visit will not be scheduled. Offerors are required to check-in at the USSS officer booth at the corner of East Executive Avenue and Pennsylvania Avenue, Washington, D.C. then proceed to USSS Booth A1 for screening and badging. All personnel will be on a time restricted one-day work order. There is no parking available. In order to review all of the documents, drawings and attachments to the Solicitation posting proceed to Fed Connect and use the ¿Public Opportunities Only ¿ search and enter the subject solicitation number under ¿Reference Number ¿ in the search criteria. Offeror ¿s doing business with the Federal Government must be registered in the System for Award Management at www.sam.gov. There is no fee to register in the system and the registration process can take several weeks. As part of the registration process a Dunn and Bradstreet Number will be provided. Confirmation of registration is requested as part of the Proposal submission process. The following provisions and clauses are applicable to this acquisition and are available at: https://www.acquisition.gov, FAR 52.212-1, Instructions of Offerors ¿Commercial Items, FAR 52.212-2, Evaluation ¿Commercial Items, FAR 52.212-4, Contract Terms and Conditions ¿Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿Commercial Items, FAR 52.212-5, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer ¿Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). Proposals shall be submitted no later than 12:00 p.m. EST on May 19, 2017 by either mail to: Sheila Rushlow, Historic Preservation Training Center, 4801A Urbana Pike, Frederick, MD 21704 or via email to: sheila_rushlow@nps.gov. If the proposal is being submitted via email, the stone sample must be received prior to the 12:00 p.m. EST deadline on May 19, 2017. Past Performance Questionnaires may be submitted in advance of the May 19, 2017 deadline via email to sheila_rushlow@nps.gov. If not submitted in advance, completed evaluations will need to be submitted with the proposal. Submissions via mail or email receipt must be received prior to the 12:00 p.m. EST deadline or they will be considered as a late proposal and will not be evaluated. The Technical Proposals shall be submitted in an original and two copies. The Business Management Cost Proposal shall be submitted in an original and one copy. Include the Solicitation number on all documents. Proposal shall contain a cover sheet which clearly identifies the following information: Company Name and Mailing address, DUNS Number, Point of Contact Name, Point of Contact Phone and Fax Number, Point of Contact E-Mail address. The Technical Proposal Submission shall be clearly separated from the Business Management Cost Proposal. Proposals shall include the following information: Technical Proposal submission shall address the following: (1) Test Results ¿ The Offeror shall provide test results for proposed stone in accordance with the referenced ASTM Standards identified the Specifications and confirmation of the ability to meet the specifications; (2) Sample ¿ The Offeror shall provide a 12 ¿ x 12 ¿ limestone sample that closely matches the historic Missouri Limestone including color and specified finish. (3) Delivery Date ¿ The Offeror shall confirm the ability to fabricate, finish and deliver stone by August 9, 2017 and identify a proposed date for inspection of stone at the Contractor ¿s Facility prior to fabrication. Should the Offeror not be able to meet the delivery date of August 9, 2017, the Offeror shall propose an alternate schedule considering a revised delivery date that is closest to the end date identified. (4) Past Performance ¿ (a) Definitions. The following definitions apply in all instances when used in this solicitation relative to Past Performance: ¿Recent ¿ Past Performance is defined as past commercial or government contract work performed as the prime contractor such that an portion of the work was executed within the 36-months immediately preceding release of the solicitation. This is a PASS/FAIL assessment based solely on the timeframe during which the Past Performance event being considered occurred. Past Performance events which fail this assessment will be discarded without consideration and will not be factored into the overall Performance Confidence Rating. ¿Relevant ¿ Past Performance is defined as the degree to which an Offeror ¿s past effort as a prime contract is similar in scope, magnitude and complexity to the requirements set forth in the solicitation. ¿Adverse Past Performance ¿ is defined as any information received from a third-party pertaining to an Offeror ¿s performance quality on a past performance event which has been determined to be both ¿Recent ¿ and ¿Relevant ¿ as defined above, and which results in a past performance event receiving a MARGINAL or UNSATISFACTORY. The existence of validated Adverse Past Performance information may result in an overall Performance Confidence Assessment rating of NO CONFIDENCE for the Offerors. (b) Past Performance Questionnaires. Past Performance Questionnaire is available in Attachment 6 to this Solicitation. Information derived from completed and returned Past Performance Questionnaires will be used to access the Performance Quality of the identified past performance event. Offerors shall forward Past Performance Questionnaires, in Attachment 6 along with response instructions and client authorization letter, to clients for relevant projects recently performed with duties similar in scope, magnitude and complexity to those required under this solicitation. We understand clients may be reluctant to complete, so please prepare a cover letter to your clients explaining the importance and need to complete and return the Questionnaires, provide instructions for where information should be forwarded (see National Park Service cover letter, Attachment 6) and identify the date for when the information is due to the Government. Since ¿return rates ¿ on Past Performance Questionnaires vary widely, Offerors are encouraged to forward as many questionnaires to their clients as practicable to ensure adequate response. The Government has no obligation to contact references who fail to return the questionnaires. Offeror shall provide, a detailed listing of all personnel to whom the Offeror has sent Past Performance Questionnaires. At a minimum, this listing shall contain the following information for each individual to whom a Past Performance Questionnaire was sent: Point of Contact (POC) Name, POC Duty Title, Company Name, Project Name/Contract Name, POC Telephone Number, POC Fax Number, and POC E-mail address. (3) Past Performance Questionnaire. Offerors shall have their clients submit completed Past Performance Questionnaires directly to the National Park Service. The Offeror shall submit a list of a minimum of 3 and a maximum of 5, Past Performance Questionnaires available at Attachment 6 for relevant projects recently performed with duties similar in scope, magnitude and complexity to those required under this solicitation. The Offeror shall complete only the Past Performance Questionnaire Section 1 so the Government can identify which clients should return completed Past Performance Questionnaires to the Government. Completed Past Performance Questionnaires must be submitted directly from the Offeror ¿s client or reference to sheila_rushlow@nps.gov. Information derived from the Past Performance Information Questionnaires will be used to determine how recent and relevant the identified efforts are. In each Past Performance Information Questionnaire, it is incumbent upon the Offeror to identify the specific aspects of each past project which are relevant to the requirements of this solicitation. For each Past Performance Questionnaire complete Section 1. The Offeror shall also submit a client authorization letter, clearly authorizing the commercial customer to release requested performance information to the Government. (4) No Past Performance Data Available. In the event an Offeror is determined to have no past performance information which is both recent and relevant as defined above, the Offeror shall be subject to the provisions of FAR 15.305(2)(iv). (5) Sources on Past Performance Data. Offerors are cautioned that the Government may obtain and evaluate Past Performance information obtained from other sources beyond those identified in the Offeror ¿s proposal. Other sources of Past Performance information include, but are not limited to, other government contracting activities, GAO/Defense Procurement Fraud Information and Industry Publications. Business Management Cost Proposal: (1) Price Proposal - Pricing shall be provided as follows: Component A: 38 step stones at $_______ per unit = $__________; Component B: 2 curtail step stones at $_______ per unit = $____________; Component C: 4 pavers with bull nosing on three sides at $_________ per unit = $___________. Delivery Price 1 Job $______________; (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications ¿Commercial Items, or a statement that Annual Representations and Certifications are available in the System for Award Management (SAM); (3) Originally completed and signed copy of Standard Form 1449 downloadable at https://www.gsa.gov/portal/forms/download/115922. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 90 days after the closing date for receipt of proposals. The Government anticipated award of a firm-fixed price contract on or before June 9, 2017. The following evaluation criteria will be used to evaluate proposal submission. Evaluation Criteria are listed in descending order of importance as follows: (1) Test Results - Maximum Score 30 Points. Evaluation will be based on test results for proposed stone in accordance with the referenced ASTM Standards identified the Specifications and confirmation of the ability to meet the specifications. (2) Sample ¿ Maximum Score 30 Points. Evaluation will be based on the 12 ¿ x 12 ¿ limestone sample that closely matches the historic Missouri Limestone including color and specified finish. (3) Delivery Date ¿ Evaluation will be based on the Offeror ¿s ability to fabricate, finish and delivery stone by August 9, 2017 and identify a proposed date for inspection of the stone at the Contractor ¿s facility. Evaluation will also be based on the proposed alternate schedule with a revised delivery date that is the closest to the end date identified and the proposed date for inspection of stone at the Contractor ¿s Facility prior to fabrication. (4) Past Performance ¿ Maximum Score 10 Points. Past Performance Evaluation will be based Past Performance Questionnaires for relevant projects recently performed with duties similar in scope, magnitude and complexity to those required under this Solicitation as follows: (1) Quality of Products and Services: Demonstrated ability to perform services in accordance with contract specifications. Conformance to good standards of workmanship. Durability and reliability of products, ease of maintenance. (0-02). (2)Timeliness of Performance: Compliance with delivery schedules; reliability; responsiveness to technical direction; (0-02). (3) Business Relations: Effective management, ability to manage projects involving subcontracts, working relationship with the Contracting Officer and technical representatives reasonable/cooperative behavior, flexibility, effective Contractor recommended solutions, business like concern for Governments interests; providing current, accurate and complete billings. (0-02). (4) Cost Control: Ability to complete contracts within budget (at or below); reasonableness of price change proposals submitted. (0-02). (5) Customer Satisfaction: Satisfaction of end users with Contractor ¿s products and service; durability of the completed products withstanding end user handling. (0-02). (5) Price: The Government will evaluate cost or price in accordance with FAR Part 31. In addition, the Government will evaluate proposals to determine cost and price should be an adequate reflection of the Offeror ¿s understanding of the requirements of the solicitation. The Government will evaluate proposals received as follows: Proposals will be evaluated by the Technical Evaluation Panel using Criteria (1) Test Results; (2) Sample; (3) Delivery Date; (4) Past Performance; and (5) Price. Based on this evaluation, evaluators will unanimously vote on the acceptability or unacceptability of each proposal. The evaluated price will not be rated or scored, but will be considered for reasonableness in the final source selection decision. At this stage, unacceptable proposals will be eliminated from the competition. B. If a Competitive Range has been determined, negotiations will be conducted with all proposals included in the Competitive Range. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. All evaluation factors other than cost or price, when combined are significantly more important than cost or price; however, cost/price may contribute in the selection decision. In the event the Offeror is determined to have no past performance information which is both recent and relevant, the Offeror shall be subject to the provision of FAR 15.305(2)(iv). Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. Likewise, award will not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. A thorough examination will be made to determine an offeror ¿s adequate understanding of the Scope of Work (See Section C) related to proposal presentation, cost and other factors considered. The question to be decided in making the final selection will be whether proposals scoring better are worth the dollar difference (if any). As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. The Government reserves the right to make award without further discussion of the proposals received. Therefore, it is important that your proposal be submitted initially on the most favorable terms from both the technical and cost standpoints. After submission of proposals and closing thereof, no information will be released until after award. The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost when compared to the Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the project. In addition to the evaluation of technical merit, the cost, or price, and other factors, the standards for determining an offeror ¿s responsibility as set forth in FAR 9.104-1, will be examined and considered. Additional factors which are prerequisites for award as implied by law, regulation or public policy will be considered in the determination of an offeror ¿s acceptability.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01205/listing.html)
 
Record
SN04513971-W 20170520/170518235701-52aa694cc070157a2321446a6763bbe1 (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  © 1994-2020, Loren Data Corp.