Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
MODIFICATION

56 -- Stainless Steel Roll Form Pan Roof Material

Notice Date
10/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
332114 — Custom Roll Forming
 
Contracting Office
NPS, WASO - WCP Contracting P.O.Box 25287 MS WCP Denver CO 80225 US
 
ZIP Code
00000
 
Solicitation Number
140P2118R0027
 
Response Due
10/17/2018
 
Archive Date
11/1/2018
 
Point of Contact
Clarke, Michael
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number 140P2118R0027 is issued as a Request for Proposal (RFP) for roll-formed pans and custom flashings for roofing. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-100. The North American Industry Classification System (NAICS) is 332114. The Solicitation is a total Small Business Set-Aside, Size Standard 500 Employees. The Contractor shall furnish and deliver The Contractor shall provide all materials, labor and transportation to furnish and deliver, roll-formed pans and custom flashings for roofing. All fabricated sheet metal shall be formed and bent from Roofinox Classic 5000 316L brush-rolled stainless steel. ASTM Type 316L according to ASTM A240M Thickness 0.5 mm. Individual sheet pans and flashing components shall meet specifications, dimensions and quantities in accordance with Attachment 1, entitled ¿Item Quantities and Dimensions List ¿ consisting of 1 page and Attachment 2, entitled ¿Drawings ¿ consisting of 1 page. All roll-formed pans and bent flashings shall match the dimensions for each profile. On-site fabrication by the Contractor of the Roofinox pans and flashings will be permitted within the park with portable machinery, with the exact location of fabrication chosen by the COR. The Contractor shall be required to palletize and package to protect weatherization of materials. Damaged (bent, ripped, stained, etc.) pieces will not be accepted. Fabrication can also be performed at the Contractor ¿s place of business then shipped FOB destination to Fort Pulaski. At all times materials shall be protected from weathering and received in new condition. Damaged (bent, ripped, stained, etc.) pieces will not be accepted. All material shipments shall be palleted less than 3000 lbs. each. All items shall be packaged to prevent damage to the materials. All specifications, dimensions and quantities are identified in Attachment 1, entitled ¿Item Quantities and Dimensions List ¿ consisting of 1 page and Attachment 2, entitled ¿Drawings ¿ consisting of 1 page. Delivery of finished material shall be made to Fort Pulaski National Monument, Savannah, GA no later than December 1, 2018. The anticipated date of award is October 26, 2018. The following provisions and clauses are applicable to this acquisition and are available at www.arnet.gov: FAR 52.212-1, Instructions of Offerors ¿Commercial Items, FAR 52.212-2, Evaluation ¿Commercial Items, 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, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer ¿Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). The Proposal shall be separated into two Sections. The Technical Proposal and the Business Management Proposal. Include the Solicitation number on the documents. Proposal shall contain a cover sheet which clearly identifies the following information: Company Name and mailing address, DUNS Number, Point of Contact Name, Point of Contact Phone and Point of Contact Email address. The Technical Proposal shall address the following: (1) TECHNICAL ABILITY: Confirm ability to produce formed metal roof pans and formed metal flashings as described in the description, specified in Attachment 1 and illustrated in Attachment 2, to include the following: A statement acknowledging ability to provide custom formed stainless steel sheet matching the dimensions specified. Provide detailed photos of a sample of Roofinox Classic 5000 316L stainless steel sheet. (2) QUALIFICATIONS: Identify in a narrative the qualifications of the fabrication team, including the following: Past work experience in fabrication of sheet metal form work or similar projects. Whether the work is to be performed by Offeror or subcontractor. Describe at least three (3) projects completed within the past five (5) years. Samples, material or media, from previous projects that demonstrate ability to match appearance and dimensions. Manufacturer brand of rollform machinery to be used for this project. Indicate preference for either Contractor place of business or on site (Fort Pulaski) for roll forming and bending fabrication. (3) DELIVERY DATE: Confirm ability to meet all project specifications and drawings and ability to complete and deliver the material no later than December 1, 2018. The Business Management Cost Proposal shall include the following: (1) Attachment 3, ¿Business Proposal Pricing Schedule ¿, complete with all pricing for each Component and Delivery to each location; : (2) Provide your Dunn and Bradstreet Number and confirmation of registration in SAM (3) Completed copy of FAR 52.212-3, Offeror Representations and Certifications ¿Commerical Item, or a statement that Annual Representations and Certifications are available in the System for Award Management SAM); and (4) Originally completed and signed copy of Standard Form 1449 downloadable at: https://www.gsa.gov/portal.forms/download/115922. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 90 days after closing date for receipt of proposals. The following evaluation criteria will be used to evaluate proposal submissions. Evaluation Criteria are weighted as follows: (1) Technical Ability ¿ Maximum Score 20 Points (2) Qualifications ¿ Maximum Score 50 Points (3) Delivery Date ¿ Maximum Score 30 Points. The Government will evaluate cost or price in accordance with FAR Part 31. In addition, the Government will evaluate proposals to determine cost and price is an adequate reflection of the Offeror ¿s understanding of the requirements of the Solicitation. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Technical quality is significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Proposals shall be submitted via e-mail to Michael_Clarke@nps.gov no later than 12:00 p.m. on October 10, 2018. The point of contact for inquiries and clarifications is Michael Clarke, Contracting Officer, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address michael_clarke@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P2118R0027/listing.html)
 
Record
SN05119937-W 20181012/181010231012-db1706b1853751211e27294368ffb166 (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.