Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOLICITATION NOTICE

T -- MORA-INT-LONGMIRE TRANSPORTATION EXHIBIT

Notice Date
8/10/2020 9:39:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
140P8320Q0057
 
Response Due
8/24/2020 12:00:00 AM
 
Archive Date
10/08/2020
 
Point of Contact
Olson, Lisa
 
E-Mail Address
Lisa_Olson@nps.gov
(Lisa_Olson@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 (effective 07-02-2020). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov. The solicitation number is 140P8320Q0057, and the solicitation is issued as a Request for Quotation (RFQ) for the design and fabrication of replacement exhibits, including mounting system. The associated NAICS code is 541430 and small business size standard for this NAICS code $8.0M. This solicitation is a 100% total small business set-aside and will result in a firm fixed price contract to a single vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. - Interested quoters must be registered in the System for Award Management (SAM) database before an offer will be accepted. If the quoter is not registered in SAM, they may do so through the SAM website at https://www.sam.gov/portal/SAM/. - ACQUISITION DESCRIPTION: The National Park Service, Mount Rainier National Park (MORA), has a requirement for the design and fabrication of replacement exhibits, including the mounting system, for the historic Longmire gas station. The park will install the exhibits using the mounting system designed in this contract. All content needed to design the exhibits, based on the original exhibit, will be provided by Mount Rainier National Park. The original exhibits were removed due to mold infiltrating the exhibit panels. - LOCATION: The building included in this project is in Longmire, WA 98397, approximately 11 miles beyond the park�s Nisqually Entrance (southwest corner). Longmire is designated a Historic Landmark District. Please refer to the attached map of Longmire for a more detailed location. - PERIOD OF PERFORMANCE: The period of performance for this work is from 09/02/20 to 03/15/21. - AWARD INFORMATION � BEST VALUE PROCUREMENT: The Government intends to make a Firm Fixed Price, Simplified Acquisition (FAR Part 13), Best Value Award to the responsible bidder whose quote conforming to the solicitation will be most advantageous to the Government. Any resulting contract will be subject to the Service Contract Labor Standards, Wage Determination # WD 2015-5539. - CLAUSES & PROVISIONS: - The provision at 52.212-1 Instructions to Offerors-Commercial Items and 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. Provisions 52.203-18, 52.204-07, and 52.204-16, 52.222-22 are applicable to this solicitation. Offerors are required to be registered in SAM.gov in order to be eligible for consideration for award. The website address for SAM is https://sam.gov. - The clauses at, 52.204-18, 52.232-40, and 52.212-4 apply to this acquisition. - The clause 52.212-5 applies to this acquisition and includes the following clauses: 52.204-10, 52.209-10, 52.203-19, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-17, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 52.232-33. - The clause, ""DOI Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP)"" is applicable to the awarded contract. IPP REGISTRATION NOT REQUIRED UNTIL AFTER AWARD. The clause, in full text, is as follows: - 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: - Vendor's actual business invoice. - 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 CCR) 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 proposal or quotation. END OF CLAUSE. REPS/CERTS - - Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with quote, or have completed electronic reps/certs in SAM.gov. EVALUATION FACTORS AND CRITERIA: The award will be made to the offeror who submits the best overall quote that is determined to be the most beneficial to the government, with appropriate consideration given to the evaluation factors that are below: *Technical capability of exhibit material *Past Performance *Cost/Price The Government reserves the right to make a selection based upon initial offer without discussions; therefore, the offeror should submit their best terms in their initial offer. The Government also reserves the right to enter into discussions and request revised offers if needed and may also determine to make no award. - ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED IN WRITING via email to lisa_olson@nps.gov no later than 10:00 am EST on August 21, 2020. A response may not be furnished on questions received after the cutoff date and time. Reference the solicitation number in the subject line of the email. - WHEN AND WHERE TO SUBMIT QUOTE: Quotations must be received electronically at Mount Rainier National Park no later than Monday, August 24, 2020 at 2:30 p.m., Pacific Daylight Time. Anticipated award date is the week of August 30, 2020 or sooner. Quotes must be submitted to the point of contact listed below, referencing the solicitation number. - NOTE: Proposals are due by the date and time specified in Block 8 of the Standard Form 1449 or as stated in the most recent amendment (SF30). The time shown in the General Information section of beta.SAM.gov is wrong; it always shows time due as 11:59pm EST. - WHAT TO INCLUDE IN QUOTE: (a) Business name, address, phone number, and DUNS number, (b) a point of contact name, phone number, and email address, (c) the quoted price per line item on attached SF 1449 or on standard business quote form, detailed information on panel material, mounting system and warranty, past performance on similar exhibit projects and/or references, proposed schedule. Quotes received without information about proposed material for final product will not be considered for award. - POINT OF CONTACT FOR THIS SOLICITATION is Lisa Olson, Contracting Officer, Mount Rainier National Park, telephone: 360-569-6543, email lisa_olson@nps.gov. - The government reserves the right to cancel this solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/770de80de5d5421397398f13dc3f046d/view)
 
Place of Performance
Address: Ashford, WA 98304
Zip Code: 98304
 
Record
SN05751005-F 20200812/200810230145 (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.