Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2007 FBO #2032
SOLICITATION NOTICE

15 -- Piper Cub Trainer - Model J-3

Notice Date
6/18/2007
 
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
Q1106070095
 
Response Due
7/2/2007
 
Archive Date
6/17/2008
 
Small Business Set-Aside
Total Small Business
 
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 along with Request for Quotations (RFQ) Number Q1106070095 constitutes the entire solicitation. Proposals, references, photographs and price quotations with detailed breakdown are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. This acquisition is a total small business set-aside. Responses are due on or before July 2, 2007. The North American Industry Classification System (NAICS) code is 336411 and the related small business size standard is 1500 employees or less. The National Park Service requires all labor, supplies, materials, facilities, delivery and installation (except as provided herein) necessary for the acquisition and restoration of a Piper Cub Trainer (Model J-3) to its historic 1941-45 appearance as well as delivery and installation at Hanger One, Moton Airfield, Tuskegee, Alabama. Due to space limitations, the complete commercial item specifications are contained in RFQ Number Q1106070095. Interested Contractors should download this document. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. Delivery and installation must be completed on or before August 1, 2008. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-2, Evaluation - 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, 52.214-34 Submission of Offers in the English Language, 52.214-35, Submission of Offers in U.S. Currency, 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 and 52.245-2, Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria: 1. Past performance with similar work. 2. Resumes of personnel. Provide resumes of Project Manager and technicians for use under this contract. 3. Ability to meet our completion date of August 1, 2008. 3. Price. The evaluation criteria are listed in descending order of importance. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. All proposal information and quotation shall be submitted in an original and one copy for receipt no later than 4:00 p.m., EST, July 2, 2007 and be clearly marked with Request for Quotation Number Q1106070095. This due date is firm. Offerors are hereby notified that if your quotation is not received by the date/time and at the location specified in this announcement that it will be considered late. All offers should be sent by regular U.S. Postal Service to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Pamela Blaylock, Contracting Officer; Request For Quotations Number Q1106070095; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. The overnight or courier address is National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Pamela Blaylock, Contracting Officer; Request for Quotations Number Q1106070095; 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425. Offers by telephone, transmitted facsimile (fax) will not be accepted. Offerors shall submit references and documentation including photographs from at least two similar projects to support the following criteria: 1. Demonstrate the knowledge, ability and experience to restore World War II era airplanes to their historically accurate appearance. 2. Demonstrate the knowledge, ability and experience to restore fabric-covered historic airplanes, especially Piper Cubs. 3. Demonstrate the knowledge, ability and experience to restore and install airplances for display in museums. 4. A detailed price breakdown of all costs associated with all work including labor, material, travel and installation. 5. Schedule for completion of the work between the dates of July 9, 2007 and August 1, 2008 6. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. 7. Originally signed copy of Standard Form 18. The Point of Contact for this requirement is Pamela Blaylock, Contracting Officer, at (304) 535-6238, email pamela_blaylock@nps.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2548230)
 
Place of Performance
Address: Deliver and Install in Tuskegee, Alabama
Zip Code: 36083
Country: USA
 
Record
SN01321704-W 20070620/070618221016 (fbodaily.com)
 
Source
FedBizOpps 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.