Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
SOLICITATION NOTICE

R -- Marine Life Tidepool Exhibits, Channel Islands National Park, Ventura, California

Notice Date
7/3/2007
 
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
Q1106070082
 
Response Due
8/3/2007
 
Archive Date
7/2/2008
 
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 Number Q1106070082 constitutes the entire solicitation. Proposals, warranty information and price quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This acquisition is a total small business set-aside. Responses are due on or before August 3, 2007. The North American Industry Classification System (NAICS) code is 333999 and the related small business size standard is 500 employees. The National Park Service has a requirement to provide all services including labor, materials, equipment, facilities, and travel, necessary to detail, fabricate, transport to the site, and install all exhibit elements for the Marine Life Tidepool Exhibit at Channel Islands National Park, Ventura, California. All equipment and installation materials required shall be new and furnished whether specifically enumerated herein or on any associated drawings. Due to space limitations, the complete commercial item specifications are contained in Request for Quotations Number Q1106070082. Interested contractors should download this request for quotations and drawings. If an offeror proposes to furnish an "equal" product, the manufacturer and model number(s) of the product to be furnished and descriptive literature for the proposed product shall be included in the proposal. The determination as to equality of the product shall be the responsibility of the National Park Service and will be based on information furnished by the offeror. 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. To insure that sufficient information is available, the offeror must furnish as a part of the quotation all descriptive material (such as cut sheets, illustrations, drawings and other information) necessary for the National Park Service to determine whether the product meets the salient characteristics of the requirement. If the offeror proposes to modify a product so as to make it conform to the requirements of this announcement, he/she shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. Warranty period shall be confirmed to be one year after acceptance. FOB - Destination. Delivery and installation must be completed on or before November 19, 2007 with project closeout on or before December 18, 2007. 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; 52.212-4, 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, 52.227-17 Rights in Date - Special Works, 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. Evaluation will be based on how well the technical approach will ensure the quality, timeliness, and effectiveness of the finished products produced. 2. Evaluation will be based on the quality and workmanship of as-built drawings and documentation from two prior Marine Life Tidepool projects produced by personnel that were of similar size and complexity. 3. Evaluation will be based on the education, knowledge, and work experience of all personnel, including subcontractors proposed for use under this contract. Evaluation will include the degree which the experience and roles of personnel in sample projects and resumes match their proposed roles under this contract. Special emphasis will be placed on documented experience on prior Marine Life Tidepool exhibit projects. 4. Evaluation will be based on the details regarding the warranty for the exhibits and how warranty work will be handled. 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. 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). Proposal submission requirements follow: All proposals shall be submitted in an original and one copy for receipt no later than 4:00 p.m., EST, August 3, 2007, and be clearly marked with Request for Quotations Number Q1106070082. Offerors are hereby notified that if your quotation is not received by the date and time and at the location specified in this announcement that it will be considered late. All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention: Dee Dee Bender, Procurement Technician; P.O. Box 50; 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425-0050. Proposals by telephone transmitted facsimile (fax) will not be accepted. Offerors should submit the following: 1. Technical approach to the project which demonstrates the ability to ensure the quality, timeliness, and effectiveness of the finished products produced. 2. As-built drawings and documentation from two prior Marine Life Tidepool projects produced by personnel that was of similar size and complexity. 3. Resumes of personnel proposed for use under this contract. Special emphasis will be placed on prior Marine Life Tidepool exhibits experience. 4. Details regarding the warranty for the exhibits, including details of how warranty work will be handled. 5. Completed Supplies or Services and Price/Costs form which includes a detailed breakdown for each exhibit element, including Total firm-fixed-price. 6. Technical description and/or product literature. 7. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. The point of contact for this requirement is Dee Dee Bender, Procurement Technician, at (304) 535-6227, email dee_dee_bender@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2568364)
 
Place of Performance
Address: Ventura, California
Zip Code: 93001
Country: USA
 
Record
SN01334238-W 20070705/070703221653 (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.