Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

45 -- MORA-MNT-BUY BEAR PROOF DUMPSTERS

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
NPS, PWR - OLYM MABO Mount Rainier National Park 55210 238th Ave E. Ashford WA 98304-9751 US
 
ZIP Code
00000
 
Solicitation Number
P17PS02518
 
Response Due
8/17/2017
 
Archive Date
9/1/2017
 
Point of Contact
Olson, Lisa
 
Small Business Set-Aside
Total Small Business
 
Description
2-Yard Dumpsters, Interagency Grizzly Bear Committee certified 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 2005-94,2005-95 / 01-19-2017. 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 P17PS02518, and the solicitation is issued as a Request for Quotation (RFQ) for up to 13 IGBC certified bear-resistant 2-yard steel dumpsters, rear dump. This acquisition is subject to a small business set-aside. The associated NAICS code is 332322 and small business size standard for this NAICS code is 500 employees. This solicitation 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. DESCRIPTION: The National Park Service, Mount Rainier National Park (MORA), has a requirement for up to thirteen 2-yard steel dumpsters to be delivered to L201 Park Warehouse, Longmire, WA 98397. The dumpsters must meet the following requirements: * Must be approved by the Interagency Grizzly Bear Committee (IGBC) as bear-resistant. * rear dump dumpsters. * bear proof steel lids. * double front opening hatches on lid. * four (4) approximately 6X2 swivel mold-on casters. * 1.25" lift bar with lift bar gussets. * rear load pull handles with pac-man gussets. * painted dark brown. * Included shipping FOB destination to 98397 DELIVERY REQUIREMENTS. must be delivered FOB destination within 90 days ARO to Mount Rainier National Park, L201 Park Warehouse, Longmire, WA 98397. Deliveries accepted Monday through Friday, 8:00 am to 4:00 pm. CLAUSES & PROVISIONS. The provision at 52.212-1, Instructions to Offerors-Commercial Items, 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. The provisions 52.225-25 and 52.204-07 System for Award Management are 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: 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The clause, 52.232-40, 52.247-34 are applicable to the awarded contract. 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. 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. WHEN AND WHERE TO SUBMIT QUOTE: Quotations must be received at Mount Rainier National Park no later than Thursday, August 17, 2017 at 5:00 p.m., Pacific Daylight Time. Anticipated award date is the week of August 20th or earlier. Quotes must be submitted to the point of contact listed below, referencing the solicitation number. 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 dumpster with delivery FOB destination (d) representational drawing of dumpster showing measurements and details, (e) expected date of delivery. POINT OF CONTACT FOR THIS SOLICITATION is Lisa Olson, Contracting Officer, 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/P17PS02518/listing.html)
 
Record
SN04617093-W 20170810/170808231735-da52f329ad6cedad57f468b16c805a8a (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.