Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOLICITATION NOTICE

99 -- Combines Synposis/Solicitation, Natural History Illustrations for Cape Lookout National Seashore, North Carolina.

Notice Date
7/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
HFC - Acquisition Management National Park Service Harpers Ferry Center 230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
N1106050083
 
Archive Date
7/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS / SOLICITATION for Commercial Items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; proposals are being requested on or before 4 P.M. local prevailing time on August 10, 2005 and a WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER N1106050083 is issued as a Request for Proposal (RFP) for NATURAL HISTORY EXHIBITS. This is a total Small Business Set-Aside. The North American Industry Classification System (NAICS) is 39999. Size standard is 500 employees. The solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 01-18. A firm-fixed price contract will be awarded on or about August 30, 2005 SCOPE OF WORK - See Attachment A. FEDERAL ACQUISITION REGULATIONS: The following Provisions and clauses are applicable to this announcement and are available at ww.arnet.gov - 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.217-8 Option to Extend Services, 52.216-18 Ordering, 52.245-2 Government Property (Fixed-Price Contracts), 52.227-17 Rights in Data -- Special Works, 52.215-19 Notification of Ownership Change, 52.216-19 Order Limitations, 52.217-9 Option to Extend the Term of the Contract. EVALUATION CRITERIA: PROPOSALS will be evaluated on the basis of the overall Best Value considering the items listed below. Factors for Award are listed in descending order of importance as follows: A. SAMPLES - (1) Samples shall be similar to the following exhibit requirements, in their content and performance specification. Provide 8x10 color, clear, close-up print of samples showing realism in form and color of the following: a. HI-A-07-301 (See Scope of Work #7). b. HI-A-07-304 (See Scope of Work #7). c. HI-A-07-700 (See Scope of Work #12). B. MODEL - Samples shall be similar to the following exhibit requirements, in their content and performance specification. Samples shall be evaluated for realism, form, and color: a. HI-A-04-310 (See Scope of Work #1). b. HI-A-05-401 (See Scope of Work #5). C. QUALIFICATONS and EXPERIENCE - Resumes are required to identify the Project Team work History. Provide levels of education and a list of projects they completed in the last 3 years similar to the exhibit requirements. Include at least three references; organization name, contact person, phone number, project name and date completed. D. COST FOR MODELS - Evaluation of cost proposal. The Government shall award the contract to the vendor whose proposal is determined the Best Overall Value to the Government. PROPOSAL SUBMISSION REQUIREMENTS: In order to be considered for evaluation the following materials shall be submitted: Proposals shall be submitted in an original (with the original signature of the authorized company official) and three copies for receipt not later than 4 p.m. local prevailing time on August 10, 2005 to National Park Service, Office of Acquisition Management, P.O. Box 50, 230 Zachary Taylor Street, Harpers Ferry, WV 25425. Include the following: Resumes of Personnel and Business Management/Cost proposal in accordance with Resumes of Personnel / Business Management / Cost Proposal. Offeror shall also submit a completed copy of FAR Clause 51.212-3, Offeror Representations and Certifications - Commercial Items and an originally signed copy of Standard Form 1449. (See Attachment B - Standard Form 1449, Solicitation/Contract/Order for Commercial Items.) The offeror agrees that proposal is valid for a period of ninety days after closing date. Point of Contact for this requirement is Bob Cody, Contract Specialist, 304-535-6484, email: bob_cody@nps.gov or Georgia Mason at 304-535-6496, email georgia_mason@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1833272)
 
Place of Performance
Address: Awardee facility.
Zip Code: 25430
Country: USA
 
Record
SN00855080-W 20050728/050726212630 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.