Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

T -- Artwork Conservation-CUIS

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
NPS, SER - South MABO 33100 Tamiami Trail E Ochopee FL 34141 US
 
ZIP Code
00000
 
Solicitation Number
P17PS02581
 
Response Due
8/28/2017
 
Archive Date
9/12/2017
 
Point of Contact
Stefanos, Mary
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: P17PS02581 Posted Date: 11 Aug 17 Original Response Date: 28 Aug 17 Current Response Date: 28 Aug 17 Product or Service Code: T001 (Photo/Map/Print/Publication-Arts/Graphics) Set Aside: Total Small Business NAICS Code: 711510 (Independent Artists, Writers, & Performers) Contracting Office Address NPS, SER - South MABO 33100 Tamiami Trail E Ochopee, FL 34141 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, ¿Streamlined Procedures for Evaluation and Solicitation for Commercial Items, ¿ as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This acquisition is being conducted under the authority of FAR 13.5, Simplified Procedures for Certain Commercial Items and will be evaluated using the procedures in FAR 13.106-2, Evaluation of Quotations or Offers. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 711510, with a small business size standard of $7.5M. The South Major Acquisition Buying Office (MABO), 33100 Tamiami Trail E, Ochopee, FL 34141 is seeking pricing for restoration of eight art pieces to include all related costs. All interested companies shall provide a firm and final quote for the following: Supplies Item Description Qty U/I Unit Price Total Price 0010 Restoration of 8 pieces 1 job __________ ___________ The period of performance is Sep 04, 2017 through Jul 6, 2018. Performance Period is approximately 300 days after receipt of executed award. FOB destination. The contractor shall submit a restoration plan, pick up, perform restoration and return the pieces to Cumberland Island National Seashore at the location specified below. Place of Performance: Work will be performed at the contractor location, however, pieces will be picked up and delivered back to: Cumberland Island National Seashore, 101 Wheeler Street, Saint Marys GA 31558 INSPECTION: An inspection of the pieces is scheduled for August 21, 2017 at 10:00am at Cumberland Island National Seashore, 101 Wheeler Street, Saint Marys GA 31558. The purpose of this inspection is for contractors to ascertain the general conditions which could materially affect conduct of operations of the cost thereof. Any questions must be submitted in writing to Mary_Stefanos@nps.gov NO LATER THAN 10:00am (EST) on August 22, 2017. A summary of questions and answers arising from the inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the Government's official response to questions. Information provided at this inspection shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Attendance of this inspection is highly recommended and is considered vital to the preparation of a competitive and cost effective quote, and to understand the total result desired by the Government and important for each contractor to have qualified representation at the inspection. NO individual inspections will be conducted. Award will be made to the quoter whose quotation offers the best value to the Government per FAR 13.106-2. The Government may utilize published media and electronic government databases to obtain additional information regarding past performance. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, ¿Instructions to Offerors ¿Commercial Items ¿ (Jan 2017) 2. FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items ¿ (Jan 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items. ¿ If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, ¿Contract Terms and Conditions ¿Commercial Items ¿ (Jan 2017) -FAR 52.212-5, ¿Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿ (Jan 2017) The following subparagraphs of FAR 52.212-5 are applicable: The following clauses within FAR 52.212-5 are applicable: 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), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 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), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 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: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, weight, unit price and extended price of the items disposed of; and disposal date and a copy of the trip tickets. 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) 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 Clause) SCA Wage Determination rates apply to this project for the county in which the awardee is located. It can be found at http://www.wdol.gov/ 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR JULY 1996 (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $100,000.00 each person $100,000.00 each occurrence $200,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. End of Clause All quoters shall complete blocks 11c through 16c of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Make sure to include your total price, your DUNS number and any evidence of past comparable work and provide a written narrative summary of how the quoter will execute the project with an anticipated time line. Your pricing must include all travel, transportation, treatment, time, and cost for conservation/restoration. All quotations shall be submitted via email to Mary_Stefanos@nps.gov no later than 10am (ET) on Aug 28, 2017. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received in time. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 10am (ET) on Aug 28, 2017 via email to Mary_Stefanos@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on Aug 22, 2017 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov Attachments: Atch 1: PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS02581/listing.html)
 
Record
SN04624781-W 20170813/170811231814-cc5c6d9916c7ed928001fa08dd164558 (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.