Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
SOLICITATION NOTICE

56 -- LAVO Plastic Lumber

Notice Date
4/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
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
140P8418Q0038
 
Archive Date
5/17/2018
 
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. 140P8418Q0038 PLASTIC LUMBER LASSEN VOLCANIC NATIONAL PARK MINERAL, CALIFORNIA This is a combined synopsis/solicitation for fiberglass-reinforced polymer (FRP) lumber, 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 2005-97 of January 24, 2018. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8418Q0038 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Industry Classification System (NAICS) Code is 326199 and the small business size standard is 750 employees. DESCRIPTION: 808 pieces of FiberForce® or Equal plastic lumber, in color "Norwegian Weathered Wood", 90 pieces of FiberForce® or Equal plastic lumber, in color "Cedar" and 71 pieces of BarForce® or Equal plastic lumber, in color "Norwegian Weathered Wood". See the extended description below for dimensions and specifications. DELIVERY: Lassen Volcanic National Park, 38050 Hwy. 36 East, Mineral, CA. 96063. Delivery shall be made between the hours of 8:00 a.m. and 4:30 p.m. Monday through Friday, excluding holidays. Provide 24-hour advance notice for delivery. The GPS Coordinates are 40°20'48.9"N 121°36'29.2"W; 40.346929, -121.608107 PERIOD OF PERFORMANCE: 35 days after receipt of award PAYMENT: The vendor must submit invoices via the IPP payment system at ipp.gov. Payment will be made by electronic funds transfer generated by the US Department of the Treasury. Further details are provided below. TERMS AND CONDITIONS: 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 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6, Brand Name or Equal 52.211-17, Delivery of Excess Quantities 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: 52.203-6, Restrictions on Subcontractor Sales to the Government Alt 1 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-13, Notice of Set-Aside of Orders 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American-Supplies 52.225-2, Buy American Certificate 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-17, Government Delay of Work 52.247-34, F.O.B. Destination Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. Responsibility Determination 1. It is the general policy of the Department of the Interior that contract shall be awarded only to contractors determined to be responsible in accordance with Part 9 of the Federal Acquisition Regulations (FAR). No contract shall be awarded to any person or firm unless the Contracting Officer first makes an affirmative determination that the prospective contractor is responsible within the meaning of FAR Part 9. 2. Before making a determination of responsibility, the Contracting Officer shall have in their possession or obtain information sufficient to satisfy themselves that a prospective contractor currently meets the minimum FAR Part 9 standards. 3. In accordance with Section 9.104 of the Federal Acquisition Regulations, award of a contract will be subject to the Contracting Officer's determination that the offeror meets the following minimum standards for performing the work: a) Has adequate financial resources; b) Is able to meet the required delivery or performance dates; c) Has a satisfactory performance record; d) Has the organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; e) Has a satisfactory record of integrity and business ethics; f) Has the necessary production and technical equipment and facilities or the ability to obtain them; g) Is otherwise qualified and eligible to receive an award under applicable laws and regulations. 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. EXTENDED DESCRIPTION: The National Park Service (NPS), Lassen Volcanic National Park (LAVO) has a requirement for plastic lumber to replace the Bumpass Hell Boardwalk through hydrothermal areas. The materials will be exposed to caustic, active steam vents. Line Items 10-70: Plastic Lumber, Bedford FiberForce® or Equal; 90-95% recycled HDPE base material. Ultraviolet ray (UV) inhibitors; fiberglass strands added for strength. Actual dimensions: 8x8: 7 ½" x 7 ½"; 4x8: 3 ½"x 7 ½"; 2x8: 1 ½" x 7 7/16"; 4x6: 3 ½" x 7 ½"; 3x8: 2 ½" x 7 ½"; 2x6: 1 ½" x 5 7/16"; 4x4: 3 ½" x 3 ½" Color: "Norwegian Weathered Wood" except Line 70 - "Cedar" Line 80: Plastic Lumber, fiberglass bar reinforced, Bedford BarForce or Equal, ¾" rebar (Two); lumber size 4 x12; actual dimensions 3 ½" x 11 ¼"; weight - 17 lbs/ft or less; Beam must be rigid and strong enough to allow 60 pounds of loading per square foot of bridge decking surface, over an 18 foot span when in conjunction with two identical stringer beams. Mid-span deflection under load, no more than 0.750''; 90-95% recycled HDPE base material; Ultraviolet ray (UV) inhibitors; fiberglass strands added for strength. INSTRUCTIONS TO OFFERORS: Quotations are due Friday, May 2, 2018 at 4:00 PM, PT Quotations shall only be accepted through electronic mail addressed to: Jack_Northcutt@nps.gov All quotation documents required by this solicitation must be uploaded and received in their entirety no later than the closing date and time of this solicitation. Quotations submitted by hardcopy or the FedConnect web portal or FedConnect Message Center shall not be accepted or considered. It is the responsibility of the contractor to verify that any emailed quotation has been delivered to and received by the Contracting Officer listed above on or before the closing date/time of the RFQ. EVALUATION FACTORS FOR AWARD 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, on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards as described under the heading "Extended Description". All non-cost factors will be evaluated on a pass/fail basis. Best value is expected to result from the selection of the technically acceptable quotation with the lowest evaluated price. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 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. To be eligible for award, Offerors must have an active SAM record at http://www.sam.gov at the time of award, including the completed "Reps & Certs" section within their online active SAM record. THE POINT OF CONTACT FOR THIS SOLICITATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: jack_northcutt@nps.gov. If you have any questions, please contact the Contracting Officer by April 27, 2018. Quotation Package (What to Submit) One original shall be submitted and shall include the following: 1. Completed Quote Sheet (attached, below) 2. Acknowledgement of Amendments: Acknowledge all RFQ amendments (if any are posted) using one of the methods set forth in Block 11 of the amendment, Standard Form 30. RFQ No. 140P8418Q0038 QUOTE SHEET PLASTIC LUMBER FOR LASSEN VOLCANIC NATIONAL PARK MINERAL, CALIFORNIA Company name: DUNS number: Contact name, phone number and e-mail: Acknowledgement of amendments (if any): Lead time: Item Description Length Qty Qty Cost/LF No. (FT) (EA) (LF) ($/LF) Subtotal 10 8x8x16 FiberForce® Lumber 16 60 960 ___________ ___________ 20 4x8x20 FiberForce® Lumber 20 73 1,460 __________ ___________ 30 2x8x16 FiberForce® Lumber 16 145 2,320 __________ ___________ 40 4x6x20 FiberForce® Lumber 20 34 680 ___________ ___________ 50 3x8x20 FiberForce® Lumber 20 36 720 ___________ ___________ 60 2x6x16 FiberForce® Lumber 16 460 7,360 __________ ___________ 70 4x4x16 FiberForce® Lumber 16 90 1,440 __________ ___________ 80 4x12x20 BarForce® Lumber 20 71 1,420 __________ ___________ TOTAL _____________ Email to: Jack_Northcutt@nps.gov NLT 4:00 PM (PT) May 2, 2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8418Q0038/listing.html)
 
Place of Performance
Address: LASSEN VOLCANIC NATIONAL PARK, 38050 Hwy 36E, MINERAL, California, 96063, United States
Zip Code: 96063
 
Record
SN04891441-W 20180419/180417230607-dc8f699ed85ad8e0e04e94ac8bb49fbc (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.