Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
MODIFICATION

70 -- Combined Synopsis/Solicitation number C9500070029 is ammended (changed) to C950007029B: Response date is changed from May 31, 2007 to July 21, 2007; and Schedule of Supplies and Prices items (b) thru (d) are updated.

Notice Date
6/27/2007
 
Notice Type
Modification
 
Contracting Office
PWR - OLYM Olympic National Park 600 East Park Ave Port Angeles WA 98362
 
ZIP Code
80225-0287
 
Solicitation Number
Q9500070029
 
Response Due
5/31/2007
 
Archive Date
6/26/2008
 
Point of Contact
Phaedra Fuller Contracting Officer 3605653009 Phaedra_Fuller@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote, number Q9512070029. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-15. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation, to the Offeror providing the best value to the Government. All responsible small business concerns may submit a quotation which shall be considered by the NPS. NAICS code: 334119; small business size standard: 751 - 1,000 employees. Address questions regarding this solicitation to Phaedra Fuller at Phaedra_Fuller@nps.gov or 360-565-3009. Requirement for the automated fee machine are as follows: CLIN 0001: BACKGROUND: A self-pay machine located at Ozette will enable Olympic National Park to collect entrance, campground, and backcountry fees at any hour (minimizing operational costs); accept multiple forms of payment: cash, coins, credit cards; and track revenue, and generates reports. REQUIRED FEATURES - one (1) thru nine (9): (1) CREDIT PROCESSING UNIT: (a) Must be easily programmable; (b) Must allow multiple fee rates; (c) Allows programmed product codes; (d) Automatic credit card batching process at least daily; (e) Must have on-line authorization and verification for credit card processing transactions. The on-line authorization dials the bank at the time of purchase and receives authorization for the purchase, and the machine is set up for the bank to automatically perform the end of day batch report. (2) VISITOR'S RECEIPT: (a) Must show purchase time; expiration date and time; transaction number; amount paid; last 4 digits only of credit card number; (b) type of product purchased; a header to identify the park or location where receipt was issued; (c) customized messages on the receipt specific to each permit type; and should be printed on durable, weather resistant paper stock. (3) DISPLAY SCREEN: LCD; should be user friendly; easily read from different angles and under varying light conditions; resistant to extreme weather conditions; bullet resistant; and modular for easy removal and servicing. (4) KEYPAD: (a) Must allow visitors to enter pass serial numbers; (b) Must allow visitor to enter the number of camping nights or number of people in a group. (5) CONTROLLER: (a) The memory should be capable of storing at least 4,000 transactions; (b) Must collect transaction data; allow change of time and date; and generate reports reflecting monies in the machine. (c) Primary mode of data credit transmission remotely through use of a phone line or through a UPS serial port to laptop or personal data assistant (PDA). (6) SECURITY: (a) The door should be bullet resistant and resistant to prying or drilling; (b) Machine must be permanently affixed; and (c) Locks must be vandal resistant. (7) DURABILITY: (a) Weather resistant: must be able to withstand extreme environmental conditions that may cause corrosion, rust, paint peeling and fading, etc.; and (b) Must also function in extreme temperatures, humidity, and salt. (8) MISCELLANEOUS REQUIREMENTS: (a) Payment acceptance option must include: bills: $1, $5, $10, $20; change: quarter, nickel, dime, and dollar coin; and Credit Card: Mastercard, Visa, and Discover; (b) Variable rates to charge various prices for the variety of items sold; and (c) Allows for the input of numbers from the visitor to apply a number reference such as Golden Age/Senior/Access Passport number for the fifty-percent discount. (9) DETAILED REPORTS: Account for the funds collected from the unit such as: (a) Operator Non-Resettable totals to control grand total sale accountability; (b) Automatic Resettable collection totals; (c) Cash and credit card sales breakdown totals; (d) Hourly breakdown of total sales; (e) Record of amount of bills and total change entered into the machine for purchases; (f) Total coins being held in the machine; and (g) Detailed record of transactions through a transaction log. (10) SERVICE AND MAINTENANCE: Must be able to guarantee on-site service within 48 hours. SCHEDULE OF SUPPLIES AND PRICES: Line Item number 0001: (a) Automated fee machine, including delivery $__________; (b) Installation Labor and Training $__________ lump sum or $__________ per hour for estimated number of hours ______; (c) Optional paper roll supply $__________ per each or $__________ per case and quantity per case ______; (d) Otional printer cartridge or toner $__________ per each or $__________ per case and quantity per case ______; and (e) Delivery lead time (state delivery in days, weeks, or months) ____________; (f) Standard warranty and any optional warranties available, and price(s). All prices should reflect FOB destination. DELIVERY AND INSTALLATION: Line Item 0001: Delivery and installation shall be to Olympic National Park, Ozette Ranger Station, 21261 Hoko-Ozette Road, Clallam Bay, Washington, 98326. The following provisions apply to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors--Commercial items; FAR 52.212-2 EVALUATION - Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered must meet all Government requirements stated in section C of this solicititation (Description and Specifications - Automated Fee Machine); (ii) Past Performance; (iii) Capable of guaranteed on-site technical support within 48 hours; (iv) Warranty, including any optional warranty packages available; and (v) Price. Technical and past performance, when combined, are apporximately to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Offerors are to include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications, Commercial Items. The following clause is applicable to this acquisition: FAR 52.204-7, Central Contractor Registration. The following clause is applicable to this acquisition: FAR 52.212-4 Contract Terms and Conditions--Commercial Items. The following clause is applicable to this acquisition: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause apply: 52.219-6, 52, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-3 and alternate II, 52.225-13, and 52.232-33, 52.232-36, and 52.239-01. If the installation (including labor and on-site training) of the automated fee machine exceeds $2,500.00, then the following FAR clauses within clause 52.2121-5 apply: 52.222-41 Service Contract Act, and 52.222-42 Statement of Equivalent Rates for Federal Hires. Quotes are due at Olympic National Park, Contracting Office, 600 East Park Avenue, Port Angeles, Washington 98362, no later than 5:00 P.M. Pacific Standard Time, July 21, 2007. Anticipated award date is on or about July 30, 2007. Fax or email transmissions of quotes shall be accepted, fax no. 360-565-3018, email phaedra_fuller@nps.gov. The point of contact for this acquisition is Contract Specialist Phaedra Fuller, Tel. 360-565-3009. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-JUN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Please click here to view more details.
(http://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9500070029/listing.html)
 
Place of Performance
Address: Delivery and Installation: Olympic National Park, Ozette Ranger Station, 21261 Hoko-Ozette Road, Clallam Bay, Washington 98326
Zip Code: 98326
Country: US
 
Record
SN01329826-F 20070629/070628034720 (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.