Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

T -- Fabrication and Delivery of Tactiles at Sleeping B

Notice Date
7/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
NPS, MWR - MWRO MABO 601 Riverfront Drive Omaha NE 68102 US
 
ZIP Code
00000
 
Solicitation Number
140P6018Q0034
 
Response Due
8/3/2018
 
Archive Date
8/18/2018
 
Point of Contact
Qualley, Dorothy
 
E-Mail Address
dorothy_qualley@nps.gov
(dorothy_qualley@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Project consists of Fabrication and Delivery of Tactiles for SMI Lighthouse, Sleeping Bear Dunes National Lakeshore, Empire, Michigan This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, 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 combined synopsis/solicitation is issued as a request for quotation (RFQ) under solicitation number: 140P6018Q0034. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective 15 Jun 2018. The FAC is available at https://www.acquisition.gov/FAR. The Contractor shall comply with the attached Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. This procurement is a total small business set aside. The NAICS Code for this procurement is 541430. The Small Business Size Standard is $7.5 Million. Place of Performance: Empire, Michigan, zip code: 49630. All vendors who can meet this requirement, have a valid Dun & Bradstreet Number (DUNS) and have an active registration in the System for Award Management (SAM) are invited to submit a quotation for this posted RFQ. The website for SAM is: https://www.sam.gov/portal/SAM/. FAR 52.212-2, Evaluation -- Commercial Items. This acquisition will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quotation that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.203-6 Alt I, 52.204-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.232-34, 52.237-1, 52.237-2 and the following clauses in paragraph (c) 52.222-41,52.222-42, 52.222-43, 52.222-50, 52.222-55, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-1 applies to this acquisition, all Offerors must comply with the following commercial item terms and conditions, which are incorporated herein: Period of Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." The offeror shall make a clear statement in the quote documentation that the quote is valid until this date. Please be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to the Department of Interior(DOI) and National Park Service (NPS). This project is subject to the Service Contract Act: Wage Determination No.: 2015-4877, Revision 6, dated 01/10/2018. This combined synopsis/solicitation is for the following commercial item(s): LINE ITEMDESCRIPTIONPRICE 010Solid Terrain 3D Model with included Elements: $ Fresnel Lens Tactile Element, Standard Lighthouse Design Element and United States Lighthouse Service Insignia Element The vendor shall provide the items above in accordance with the following: 1.Combined Synopsis/Solicitation 2.Scope of Work 3.Wage Determination 15-4877 (Rev.-6), Leelanau County, MI 4.Clauses and Provisions 5.Attachment A - Model Coverage 6.Attachment B - Basis of Design Report 57 combined 7.Attachment C - Basis of Design Report combined 8.Attachment D - HSRCLR1999 Existing Conditions 9.Attachment E - SD Set Combined 10.Attachment F - Tactile Wayside Map Guidelines 11. Attachment G - SMI Replica Fresnel Lens 12. Attachment H - Standard Lighthouse Design Drawing 13. Attachment I - Seal of the U.S. Lighthouse Service Offeror Submission Instructions and Limitations: To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The offeror shall submit in their quote all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. Failure to meet a requirement may result in an offer being ineligible for award. Instructions for Submission of Quotations 1.Any questions pertaining to this solicitation must be sent via email to dorothy_qualley@nps.gov on or before July 30, 2018. All questions will be answered in an Amendment to this solicitation and posted on fbo.gov. 2.Quotations shall be submitted electronically to dorothy_qualley@nps.gov 3.All quotes must be submitted by the due date in order to be considered. Quotes are due Monday, August 3, 2018 at 2:00 P.M. CT 4.At a minimum, offers must include: a.The completed Standard Form 18: i.Complete blocks 11c,d,e,f and all parts of blocks 13,14,15 and 16. ii.Provide your companies DUNS number and CAGE code under which your offer is made. b. See highlighted sections in Provisions and Clauses and complete as required. A completed copy of the representations and certifications can be found FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. c. Required Documents showing: Factor I - Technical Capability: Sub factor I - Strategy: Describe your plan for accomplishing the work including a schedule of events, and list product information. Sub factor II - Team: Provide resumes or similar documentation for all personnel managing and performing the work of this project. Sub factor III - Previous Experience: Provide a minimum of two examples of previously completed projects completed within the last three years that are of similar size and scope as this project. Describe the project requirement, work performed, and final outcome. Information should be short and concise, but provide the Government with enough detail to determine if the offeror meets the Government's technical criteria. Factor II - Past Performance: Provide contact information for all examples in Factor I, Sub factor III above. Information shall include name, phone number, address, and email if available. Factor III - Price: Provide a lump sum price with a breakdown of costs. Price will be subjectively evaluated considering total cost of all items to reach the best value for the Government with all factors considered. FAR 52.212-2, Evaluation -- Commercial Items, Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. Quotations are due no later than 2:00 P.M. CT on July 6, 2018. All quotations must be emailed to Dorothy Qualley at dorothy_qualley@nps.gov. Any questions regarding this solicitation should be directed to Dorothy Qualley at dorothy_qualley@nps.gov. Vendor shall be insured.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6018Q0034/listing.html)
 
Place of Performance
Address: NPS MWR Sleeping Bear Dunes N.L. 12447 Wisniewski Rd Maintenance Area Empire MI 49630 USA
Zip Code: 49630
 
Record
SN05001285-W 20180722/180720230956-f051a5b5672379399c1b729657f4a93f (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.