Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1998 PSA#2146

National Park Service, Mount Rushmore National Memorial, PO Box 268, Keystone, SD 57751-0268

Z -- REPLACEMENT OF EXISTING RESTROOM FIXTURES, WALLBOARD, PLUMBING, ELECTRICAL, AND FLOOR TILE FROM THE MEN'S AND WOMEN'S RESTROOM AND REMOVAL OF 850-GALLON SEWAGE COLLECTION TANK AT THEODORE ROOSEVELT NATIONAL PARK SOL RFQ 1505-8-0002 DUE 090898 POC Ron Eilefson, Contract Specialist, d605-574-2058 or 4145 X:130, E-Mail: Ron_Eilefson@NPS.GOV This is a combined Synopsis/Solicitation for commercial items prepared per the format in Subpart 12, 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. Solicitation number for this RFQ 1505-8-0001; is a Request for Quotations. The following Provisions and Clauses are incorporated into this RFQ by Reference and are in effect through Federal Acquisition Circular 97-04, (April 14, 1998). No addenda apply to these provisions and clauses. FAR 52.12-1 Instructions to Offerors. Commercial Items FAR 52.212-3, Offeror Representation and Certifications commercial Items FAR 52.212-4 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial items no additional FAR Clauses Apply. SIC 1542, $17.0 million. General: The Government will award the contract to the offeror whose offer represents the "best value" to the Government. The best value determination will be made on the basis of 1. Quality 2. Past Performance Past performance is a measure of degree to which an offeror satisfied its customers in the past and complied with Federal, State and local laws and regulations. The Government will contact several of each offeror's past and present customers to ask whether or not they believe (1) the offeror was capable, efficient, and effective; (2) the offers performance conformed to the terms and conditions of its contract; (3) the offeror was reasonable and cooperative during performance, and (4) the offeror was committed to customer satisfaction. 3. Price Reasonableness. The Government will evaluate the reasonableness of the price of each acceptable offer in relation to the offerors capability. Bid Schedule: Item #1. Replacement of existing Restroom Fixtures, wallboard, plumbing, electrical, and floor tile from the Mens & Womens Restrooms and the removal of an 850-gallon sewage collection tank. 1 LS $____________________________. Total Bid Price. Note: The Government reserves the right to award or not. NPS RequirementsThe National Park Service intends to remodel the Men's and Women's Comfort Station located at Theodore Roosevelt National Park, Painted Canyon Overlook, exit 33 I-94, North Dakota. Westbound. Work consists of: Removing and disposal of Enviro-Vac Flush system, 850-gallon sewage collection tank and all associated piping, plumbing, and toilet fixtures. Work to include the removal of all existing restroom fixtures, wallboard, wall tile, floor tile, plumbing and required electrical services. Remodeling: Provide, install and connect sewage lift station at the site with all associated plumbing. Interior remodeling shall include replacement of all floor tile, wallboard and wall tile from floor to ceiling. Provide and install new water saving urinals, stools sinks etc. Provide and install all stools and sinks with electronic eye feature. New restroom stalls/dividers shall be installed. New doors shall be installed at main entrance. Codes:All work shall be performed to manufacturers recommended installation procedures and conform with the following industry standards: Uniform Building Code (UBC), National Electrical Code (NEC), Uniform Plumbing Code (UPC), Uniform Mechanical Code (UMC), Uniform Fire Code (UFC), Uniform Federal Accessibility Standards (UFAS), and American Disabilities Act (ADA) regulations. Contractors who are interested in bidding on this project should request copies of the SF-1449, specifications and drawings of the proposed buildings by contacting the POC listed in block 11 above. This action originally published in the CBD dated 07/16/98, is not a sole source contract. All other information publicized in the original synopsis is correct. Posted 07/20/98 (W-SN225895). (0201)

Loren Data Corp. http://www.ld.com (SYN# 0407 19980728\Z-0093.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page