Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2019 FBO #6487
SOLICITATION NOTICE

J -- PIPE- Interpretation of NPS Mission 66 Architectur

Notice Date
8/26/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
NPS, MWR - MWRO MABO<br />601 Riverfront Drive<br />Omaha<br />NE<br />68102<br />US<br />
 
ZIP Code
68102
 
Solicitation Number
140P6019Q0026
 
Response Due
9/5/2019
 
Archive Date
9/20/2019
 
Point of Contact
Keck, Christopher
 
Small Business Set-Aside
Total Small Business
 
Description
Restoration of two Army Wagons to 1870's appearance at Fort Larned National Historic Site. Project consists of restoration of Army escort wagons used for outside exhibits. Metal parts to have old paint removed, then treated with rust inhibitor, followed with oil base primer, and a finish coat of oil based semi-gloss black paint. Repair, and if needed, replace the white oak timber undercarriage with new white oak timber. Repair or replace all four wheels to working condition. Replace around 116 board feet of 1" thick planking of wagon cargo box. Replace around 100 feet of 1" thick box siding and features such as driver's seat, tool box, and foot rest. Paint entire wagon in correct military colors with oil base primer and finish paint to include military markings. (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6019Q0026 and is issued as a Request for Quotation (RFQ) under FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05. The FAC is available at https://www.acquisition.gov/FAR. (iv) This is set aside 100% for small businesses under NAICS Code 811121, Automotive Body, Paint, and Interior Repair and Maintenance with a small business size standard of $7.5M. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov in order to be considered for award. (v) Line items: 00010- Restore two Army Wagons in accordance with the Scope of Work, Wage Determinations, Specifications, and all addenda. (vi) The acquisition is to provide restoration of two Army Wagons at Fort Larned National Historic Site, located in Larned Kansas. Product and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit quotes to Christopher Keck via email at christopher_keck@nps.gov (vii) Date(s) and place(s) of delivery and acceptance and FOB point: All work specified must be completed no later than April 10th, 2020. Located at Fort Larned National Historic Site, located in Larned Kansas. (viii) 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. The Government anticipates a firm-fixed price award resulting from this RFQ to the responsible offeror whose conforming offer is in the best interest of the Government. All vendors must be registered and current in the System for Award Management (SAM) at: http://www.sam.gov, to include updated Online Representations and Certifications. Unless amendments are issued extending the RFQ, the Quotations are due by 2:00 p.m., (CST), Sep 5th, 2019. Award is expected on or about September 11th, 2019. The actual award and effective date may be different as circumstances dictate. Requirements: The Contractor shall provide services in accordance with Scope of Work, Wage Determinations, Specifications, and all addenda. The point of contact for administrative matters is Christopher Keck, Contract Specialist. Any questions regarding this solicitation must be submitted in writing via email to: christopher_keck@nps.gov Period of Performance: Begins within 10 days of award to 04/20/2020 ADDENDUM to 52.212-1 -- Instructions to Offerors -- Commercial Items (OCT 2018) This is a request for quotations (RFQ). This RFQ is for a Firm-Fixed Priced contract. Your firm is requested to provide the items as set forth in the attached Scope of Work (SOW), provided agreement can be reached as to the price and other terms of the contract. You are requested to submit a quotation to the National Park Service Attn: Christopher Keck, via Email to christopher_keck@nps.gov. To assure timely and equitable evaluation of quotations, 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 quotation all requested information specified in this section of the Request for Quotation (RFQ) at or before the exact time specified. Failure to meet a requirement may result in an offer being ineligible for award. This request does not constitute a notice to proceed with performance of the services nor shall it be considered as a commitment on the part of the Government. Your cooperation in submitting the requested information within the time specified is appreciated. Instructions for responding with your quotation: 1. Any Questions pertaining to this solicitation must be sent via email to Christopher_keck@nps.gov on or before September 3rd, 2019. All questions will be answered in an Amendment to this solicitation and posted on fbo.gov. 2. Quotations shall be submitted electronically to Christopher_keck@nps.gov 3. All quotations must be submitted by the due date in order to be considered. 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. iii. See sections highlighted in Provisions and Clauses and complete as required. A completed copy of the representations and certifications can be found at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (1) Required Documents showing: Factor I- Technical Capability: Previous Experience: Provide a minimum of three examples of work, but no more than five, of previous projects completed within the last three years, which 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 above. Information shall include contact name, firm or organization they represented, phone number, address, and email address. Factor III- Price: Provide a lump sum price with a breakdown of costs for each line item. Price will be subjectively evaluated considering total cost of all items to reach the best value for the Government with all factors considered. The vendor shall provide the items in accordance with the following attachments: 1. Combined Synopsis/Solicitation 2. Scope of Work 3. Clauses and Provisions 4. DOL Wage Determinations 5. Specifications for Army Wagon 6. SF-18 SITE VISIT: All interested contractors are strongly encouraged to attend a site visit August 30th 2019 or visits may be arranged during normal duty hours by contacting, Name: Christopher Keck Telephone: 402-661-1598 Email: christopher_keck@nps.gov 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). (End of Addendum) (ix) 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. The Government anticipates awarding a contract resulting from this solicitation 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. (x) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications. (xi) FAR 52.212-4, Contract Terms and Conditions Required To Implement Statutes or Executive Orders, Commercial Items applies. 52.212-4 (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43, 52.222-44, 52.222-55, 52.222-62. (xiii) 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. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil. 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/. (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before September 4th, 2019 at 4:00pm CST. Quotes shall be submitted electronically to christopher_keck@nps.gov (xvi) For information regarding this solicitation contact: Christopher Keck Contract Specialist National Park Service, MWRO MABO 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1598 Phone 402 661-1607 Fax christopher_keck@nps.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6019Q0026/listing.html)
 
Record
SN05418450-F 20190828/190826230036 (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.