Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2024 SAM #8249
SOLICITATION NOTICE

55 -- Lumber for Lincoln Home NHS

Notice Date
6/26/2024 11:55:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321918 — Other Millwork (including Flooring)
 
Contracting Office
MWR MISSOURI MABO(62000) Omaha NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6224Q0031
 
Response Due
7/15/2024 10:00:00 AM
 
Archive Date
07/26/2024
 
Point of Contact
Mitchell, Cecilia, Phone: 5013888732
 
E-Mail Address
cecilia_mitchell@nps.gov
(cecilia_mitchell@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(1) Action Code: Not applicable (2) Date: June 26 (3) Year: 2024 (4) Contracting Office ZIP Code: 20240 (5) Product or Service Code: 5510 Lumber and Related Basic Wood Materials (6) Contracting Office Address: National Park Service Contracting Operations Central, Missouri Major Acquisition Buying Office (7) Subject: Request for quotes for lumber for Lincoln Home National Historic Site in Springfield, IL (8) Proposed Solicitation Number: 140P6224Q0031 (9) Closing Response Date: July 15, 2024 (10) Contact Point or Contracting Officer: cecilia_mitchell@nps.gov (11) - (15) Not applicable for solicitation (16) Description. (i) This is a combined synopsis/solicitation for commercial products being procured in accordance with the format in subpart 12.6, as supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All clauses may be viewed in their entirety at www.acquisition.gov (ii) The solicitation number is 140P6224Q0031 and is issued as a request for quote (RFQ). (iii) The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2024-05. (iv) This requirement is a total small business set aside. The relevant NAICS 321918 Other Millwork (including Flooring). (v) Line Items: CLIN 0010 - 238 each 1-3/4"" X 6"" X 12' treated rough sawn oak lumber CLIN 0020 - 238 each 1-3/4"" X 8"" X 12' treated rough sawn oak lumber CLIN 0030 - 238 each 1-3/4"" X 10"" X 12' treated rough sawn oak lumber CLIN 0040 - 100 each 4"" x 6"" x 12' pressure treated pine lumber CLIN 0050 - 117 each 1-3/4"" X 6"" X 12' treated rough sawn oak lumber CLIN 0060 - 117 each 1-3/4"" X 8"" X 12' treated rough sawn oak lumber CLIN 0070 - 117 each 1-3/4"" X 10"" X 12' treated rough sawn oak lumber CLIN 0080 - 50 each 4"" x 6"" x 12' pressure treated pine lumber (vi) Lincoln Home National Historic Site, a unit of the National Park Service, is seeking quotes for treated rough sawn oak/pine lumber, dried, Number 2 or better. See attached specifications for full details on this requirement. Any contract resulting from this solicitation will be firm, fixed price. (vii) The anticipated delivery date for the lumber is August 1, 2024. All lumber must be delivered to Lincoln Home National Historic Site in Springfield, IL. The actual delivery date will be determined at time of award. (viii) FAR provision 52.212-1 Instructions to Offerors - Commercial Products and Services (SEP 2023) applies to this acquisition. (ix) Award will be made in accordance with FAR Part 13 to the firm that provides the best value to the government based on price, documentation that lumber meets specifications, and delivery date. The solicitation is not stating nor is it required to state the relative importance assigned to each evaluation factor and/or sub factor (FAR 13.106-1(a)(2)). 1. Price. a)Complete Attachment 02 - Price Schedule or provide a comprable price breakdown. b)Total price must be inclusive of delivery to Lincoln Home Natioanl Historic Site 2. Documentation that lumber meets specifications: Quoter must provide sufficient documentation to allow the government to determine whether the lumber meets the following requirements: a) The 1-3/4"" thickness shall be maintained for the lumber to provide a smooth surface adequate for a wooden walkway. Planing is acceptable on one surface to maintain the required thickness, allowing for the rough sawn side to be on the walking surface. b) All treated pine shall be pressure treated with Micronized Copper Azole and certified for ground contact. c) All treated oak shall be shall be treated to refusal using Micronized Copper Azole. d) The vendor shall provide proof that their products are ""Sustainable Forestry Initiative"" (SFI) certified or ""Forest Stewardship Council"" (FSC) certified to qualify as a green building product. 3. Delivery: The anticipated delivery date is 08/01/2024. Quoter shall provide the number of days after contract award that will be required to deliver the lumber to Lincoln Home National Historic Site. (x) FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024), applies to this acquisition. The Offeror verifies by submission of their quote that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard(s) applicable to the NAICS code(s) referenced for this solicitation), at the time this quote is submitted and are incorporated in this quote by reference (see FAR 4.1201). If representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services are not current, offeror shall submit paragraph (b) of 52.212-3 with their quote. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2024), applies to this acquisition. The following clauses within 52.212-5 apply: 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.204-30, Federal Acquisition Supply Chain Security Act Orders - Prohibition (DEC 2023) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-33, Nonmanufacturer Rule (SEP 2021) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (i) 52.222-26, Equal Opportunity (SEPT 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.225-1, Buy American-Supplies (OCT 2022) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) (xiii) The following provisions are incorporated by reference IAW FAR 52.252-1 into this request for quote: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) The following clauses are incorporated by reference IAW FAR 52.252-2 into this request for quote: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) The following provisions and clauses are included in full text: 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) (a) Definitions. As used in this provision, 'covered telecommunications equipment or services' and 'reasonable inquiry' have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for 'covered telecommunications equipment or services'. (c) Representations. (1) The Offeror represents that it [ ] does, [ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (FEB 2021) 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: Contractor invoice in PDF format. Invoice must show pricing breakdown for all items being invoiced and must include the contract number, date(s) of service (if applicable), date of invoice, and the vendor's standard invoice letterhead. 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 St. Louis (FRBSTL) 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 IPPCustomerSupport@fiscal.treasury.gov 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 local clause) (xiv) N/A (xv) Submit quotes to cecilia_mitchell@nps.gov by noon CT on July 15, 2024. (xvi) All communication regarding this solicitation, including questions and requests for information, shall be emailed to cecilia_mitchell@nps.gov. Questions will NOT be answered via phone or text message. Submit all questions by noon CT on July 5, 2024. (17) Place of Contract Performance: All items will be delivered to Lincoln Home National Historic Site (18) Set-aside Status: Total small business set aside. Attachments: Attachment 01 - Lumber Specifications Attachment 02 - Price Schedule
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/54484458d2c1478784a3ee53b6bb4f58/view)
 
Record
SN07109149-F 20240628/240626230121 (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.