Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOLICITATION NOTICE

Z -- TRUMAN AND NOLAND HOME UV FILM PURCHASE/INSTALL

Notice Date
4/20/2020 3:54:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6020Q0012
 
Response Due
5/11/2020 12:00:00 AM
 
Archive Date
05/26/2020
 
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
(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; quotes are being requested and a written solicitation will not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6020Q0012, for the performance of Installing UV Film on windows in accordance with the provided Scope of Work (SOW) for areas within Harry S. Truman NHS 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 238150, Glass and Glazing Contractors with a small business size standard of $16.5M. 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 at the time quote is provided in order to be considered for award. (v) Line items: Line 10: Truman and Noland Home UV Film Purchase and Installation in accordance with the Scope of Work , Wage Determinations, Specifications and all addenda (vi) The acquisition is to provide UV Film Purchase and Installation of UV Film on Truman and Noland Home at Harry S. Truman National Historic Site, located in Independence Missouri. Product and services offered to the Government under this purchase shall meet or exceed the requirements in accordance with the attached Statement of Work (SOW). (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance of 45 days from time of award Located at Harry S. Truman National Historic Site, located in Independence Missouri. (viii) The provision 52.212-1, Instructions to Offerors- Commercial- applies to this acquisition Instructions to Offers a. Any questions pertaining to this solicitation must be sent via email to christopher_keck@nps.gov on or before May 1st, 2020 at 16:00 CST. All questions will be answered in an Amendment to this solicitation and posted on or about May 4th, 2020. b. At a minimum, offers must include (1) The completed Standard Form 18: Complete blocks 11c,d,e,f and all parts of blocks 13,14,15 and 16. Provide your companies DUNS number and CAGE Code under which your offer is made. See sections highlighted in Provisions and Clauses and complete as required. (2) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (3) Required Documents showing: Factor I- Technical Capability: Sub factor I- Strategy: Performance Plan; this plan is to detail how, when and who will be preforming work of this contract. This plan must meet NPS approval it will also be used in rating contractors performance and payment. Sub factor II- Team: Key Personal; provide a resume of personal including any and all work history, professional credential, certification and licensing. List of employees that will perform work of this contract. List is to included names, position title and responsibility and hourly rate. 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 projects that are similar in magnitude and scope to the project outlined in the Statement of Work with supporting details that provide information on the performance quality of the work performed. Contact information SHALL be provided so that the Government may contact and confirm the information provided. Additionally, the Government may consider any and all other sources of information, including, but not limited to, contacting the contractor or contracting officer of the projects provided, and retrieval of information from the Past Performance Information Retrieval System (PPIRS) Factor III- Price: Provide your lump sum price with a breakdown of costs. Price will be subjectively evaluated for Best Value by the Government, considering total cost of all items to reach the best value for the Government, price and other factors considered. (ix) 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. A firm-fixed price award will be made to the responsible offeror submitting the quote 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. Evaluation factors can be found in 52.212-2 paragraph (a) of this document. (x) Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS- OCT 2018 COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (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. (End of addendum) (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 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): 52.219-6, 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 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-52, and 52.222-62. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) 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 : **HARD COPY INVOICE detailing all charges**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) within 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 quotation. Green Procurement; To the extent that the services provided by the Contractor require provision of any of the types of products listed at https://sftool.gov/greenprocurement, the Contractor is expected to provide the green type of product unless that type of product is not available competitively within a reasonable time, at a reasonable price, is not life cycle cost efficient in the case of energy consuming products, or does not meet reasonable performance standards. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: SF-18 Attachment 1 - Scope of Work (30 pages) Attachment 2 - DOL Wage Determination (12 pages) SITE VISIT: All interested contractors are strongly encouraged to attend a site visit. Site visits may be arranged during normal duty hours by contacting: Name: Christopher Keck Telephone: 402-661-1598 Email: Christopher_keck@nps.gov (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before May 11th, 2020 at 16:00 CST. Quotes shall be submitted electronically to christopher_keck@nps.gov (xvi) Contract Administration Data Christopher Keck Contract Specialist National Park Service, Interior Regions 3, 4, and 5 601 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/8e17dd2d3e7d42758a10ab3b41469fff/view)
 
Record
SN05626380-F 20200422/200420230144 (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 |
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.