Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
MODIFICATION

40 -- LARO - LOG BOOM CABLE

Notice Date
5/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
314994 — Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills
 
Contracting Office
NPS, PWR - OLYM MABO 600 E. Park Avenue Port Angeles WA 98362-6757 US
 
ZIP Code
00000
 
Solicitation Number
140P8318Q0061
 
Response Due
5/21/2018
 
Archive Date
6/5/2018
 
Point of Contact
Joe, Nadine
 
E-Mail Address
nadine_joe@nps.gov
(nadine_joe@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001: ALL CABLE TO BE SENT TO ONE ADDRESS IN COULEE DAM, WASHINGTON. Lake Roosevelt NRA-Headquarters 1008 Crest Drive Coulee Dam, WA 99116 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. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, 01-24-2018. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov/far/52. The solicitation number is 140P8318Q0061 and the solicitation is issued as a Request for Quotation (RFQ). The NAICS code is 314994 with an associated small business size standard of 1,000 employees. This solicitation is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor determined to be responsive and responsible. Also, you must be registered in the System for Award Management (SAM) website: https://www.sam.gov/. 01 DESCRIPTION. Contractor shall provide a quote for BOOM LOG CABLES as provided in the specifications, CLIN 00010 Deliver 5000 feet of 3/4" wire rope, domestic galvanized, 6/26WS, IWRC, Right Regular Inlay and CLIN 00020 Deliver 5000 feet of 5/8" wire rope, domestic galvanized, 6/26WS, IWRC, Right Regular Inlay to the National Park Service, Lake Roosevelt National Recreation Area in the state of Washington. 02 ATTACHMENT for THIS SOLICITATION. There is one attachment. Attachment no. 1 is the SF-18 for this RFQ. This attachment can be accessed via the link to FedConnect or by going directly to the FedConnect website at https://www.fedconnect.net. Once at the FedConnect home page, click "Search Public Opportunities Only." Change the drop-down menu selection to read "Reference Number," then type in solicitation number 140P8318Q0061 and click "search." Then, click the underlined text that is the title of the solicitation shown as "Boom Log Cables." On the right-hand side of the screen, it will list documents posted showing the SF-18. The attachment must be opened individually, and can be downloaded and saved or printed. 03 DELIVER CABLE TO THE FOLLOWING ADDRESS: Lake Roosevelt NRA-Headquarters 1008 Crest Drive Coulee Dam, WA 99116 04 DELIVER BY: Cable should be delivered within 30 days after receiving award. 05 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 business invoice (upload your business invoice as an attachment to the IPP invoice before you click "submit" in IPP). Vendor's failure to attach the required documentation will result in the IPP invoice being rejected. NOTE: Content of a proper invoice shall include the following, in accordance with Federal Acquisition Regulation 32.9 - Prompt Payment: (a) Name and address of the contractor. (b) Invoice date and invoice number (Contractors should date invoices as close as possible to the date of mailing or transmission). (c) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (d) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (e) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. (f) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).(g) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective 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 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 The National Park Service is a Federal Government agency exempt from state and local sales tax, Tax Exempt ID#140001849. 06 FAR 52.212-2 Evaluation, Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PRICE: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and/or may be compared to past history of similar purchases. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter 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. 07 FAR COMMERCIAL CLAUSES The selected quoter must comply with the following commercial item terms and conditions, which are incorporated herein by reference which applies to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2017)-offer to include a completed copy of the provision if not in SAM; 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-Commercial Items (Jan 2018), paragraph (a): 52.203-19, 52.209-10, 52.233-3, 52.233-4 and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 08 QUESTIONS REGARDING THIS SOLICITATION must be submitted in writing via email (phone or fax questions will not be accepted). Send email question(s) to nadine_joe@nps..gov, and reference the solicitation number in the subject line of the email, e.g., "140P8318Q0061/QUESTION" two days before closing of solicitation. 09 - WHAT TO SUBMIT - - CONTENTS OF QUOTE: (1) Fill in the price of CLIN's 00010 and 00020 and the total the amount on the SF-18. (2) Provide the company point of contact name, DUNS, phone number and email address. The DUNS number will be verified in the SAM.gov database including reps/certs - - refer back to clauses and 52.232-33 above. (3) Acknowledge any amendments issued IF APPLICABLE; (4) Submit either the filled out reps/certs provision 52.212-3 manually or complete the representations and certifications in SAM. 10 WHEN TO SUBMIT QUOTE - - RESPONSE DATE: Quotations must be received by email or hand-delivered no later than 4:00pm Pacific Time (PT) on Monday, May 21, 2018. 11 HOW TO SUBMIT QUOTE: Quotes can be submitted by email or hand-delivered. Telephone, mailed or faxed quotes will not be accepted. If quote is emailed, send to nadine_joe@nps.gov and include the solicitation number in the subject line of the email. Hand-delivered quotes may be dropped off at the park headquarters at the Lake Roosevelt National Recreation Area, Administration Building at 1008 Crest Drive, Coulee Dam, WA 99116.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8318Q0061/listing.html)
 
Record
SN04922851-W 20180517/180515230629-e6908573ebf9b88ee123f0733ab4b97f (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.