SOLICITATION NOTICE
61 -- SLBE- DESIGN & FABRICATE MOBILE VISITOR CENTER
- Notice Date
- 2/12/2020 10:38:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- 140P6020Q0006
- Response Due
- 3/13/2020 8:59:59 PM
- Archive Date
- 03/28/2020
- Point of Contact
- Keck, Christopher
- E-Mail Address
-
christopher_keck@nps.gov
(christopher_keck@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Design and Fabricate Mobile Visitor Center at Sleeping Bear Dunes National Lakeshore The National Park Service (NPS), Sleeping Bear Dunes National Lakeshore (SLBE) seeks a vendor to design, fabricate, and deliver a mobile visitor center. This involves converting a Dodge Promaster 3500 4x2 Cargo Van the park has procured. This vehicle will serve as a mobile contact station at outreach events and throughout Michigan and possibly the Midwest region. The purpose of this contract is to create an engaging and aesthetically pleasing design and interpretive displays for a Dodge Promaster 3500 4x2 Cargo Van that will serve as the park�s mobile visitor center. The mobile visitor center will aid in our efforts to reach what are typically underserved communities in urban areas throughout the state while increasing our operational agility allowing us to better leverage our interpretive staff by expanding their reach and visibility. The design will need to highlight the interpretive themes of the park incorporating maritime, agricultural, indigenous, recreational, natural, geologic history. (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 140P6020Q0006 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) 2020-04. 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 $8M. 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- Design and Fabricate Mobile Visitor Center in accordance with the Scope of Work, Specifications, and all addenda. (vi) This acquisition is to provide design and fabrication of a mobile visitor center for Sleeping Bear Dunes National Lakeshore in Empire MI. 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 May 12th, 2020. Located at Sleeping Bear Dunes National Lakeshore, located in Empire MI (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), Mar 13th, 2020. Award is expected on or about Mar 16th, 2020. The actual award and effective date may be different as circumstances dictate. Requirements: The Contractor shall provide services in accordance with Scope of Work, 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: All work specified must be completed no later than May 12th, 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 Feb 28th, 2020. 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: Subfactor I- 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. Subfactor II- Provide a proposed schedule for accomplishing work, submittals and completed project. Factor II- Past Performance: Provide contact information for all previous work 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. 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 (6 pages) 3. Clauses and Provisions 4. SF-18 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. (Oct 2014) (a) The Government anticipates awarding a contract resulting from this solicitation to the responsible offeror 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: Technical, Capability and Price. Award 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 quote that provides the best value to the Government. (b) 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. (End of Provision) (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, 52.225-3, 52.225-13, 52.232-33, 52.232-36, 52.222-43, 52.222-44. (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 https://www.acquisition.gov/browse/index/far. 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 March 13th, 2020 at 2:00pm 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, Interior Regions 3, 4, and 5 Major Acquisition Buying Office 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1598 Phone 402 661-1607 Fax christopher_keck@nps.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b8c7b54a093c442e80f21b1e8ec84926/view)
- Record
- SN05560998-F 20200214/200212230156 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |