Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2007 FBO #2152
SPECIAL NOTICE

Z -- Q1574070104 Park Wide Elevator Service - FY 08 This is part of previously announcement dtd August Reference A1574070104 when searching within FedBizOps

Notice Date
10/16/2007
 
Notice Type
Special Notice
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
DOI-SNOTE-071016-001
 
Archive Date
10/15/2008
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Description
Solicitation is attached with the following changes: 1. Removal of Set Aside for Small Business. 2. Delivery Date is now 15 November 2007. 3. Solicitation Due Date is 05 November 2007. In accordance with FAR 13.0003 (b) (1) this solicitation was advertised exclusively for small business. However Far 19.502-2(a) states: "If the contracting officer receives no acceptable offer from a responsible small business concern, the set-aside shall be withdrawn and the requirement, if still valid, shall be resolicitied on an unrestricted basis." Since the requirement is still valid--The Department of the Interior Yellowstone National Park is seeking qualified sources to provide annual inspection of elevators in various facilities in Yellowstone National Park, Wyoming. The DOI-Yellowstone Nat'l Park, plans to negotiate a firm fixed price commercial (FAR Part 12), services contract for Elevator Services. The term is estimated to be a base plus additional option years, not to exceed four (4) option years, depending on the need of each facility mentioned. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-14 and will be readvertised per this announcement and close 45 days thereafter. The service providers are expected to furnish all labor, supplies, materials, equipment, supervision, and transportation. The National Park Service is seeking potential providers who can cover a general Statement of Work that would typically be required for services covered under NAICS code 811310, small business size standard is $5.0 million; including, but not limited too: EVALUATION CRITERIA / FACTORS: Selection will be based on price and non-price factors and award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The following are the anticipated evaluation factors and their associated acceptability standards: 1. Prior Experience: "Prior Experience" is differentiated from "Past Performance" in that this is factual, documented, information about specific work the quoter has performed, which demonstrates the Offeror's ability to accomplish the work. Standard of Acceptability: The Offeror shall have successfully completed, as the prime contractor, 2 similar projects within the past 3 years. 2. Technically Acceptability: Standard of Acceptability: The Offeror shall adequately address each of the following topics in such a manner as to insure the contract will be successfully completed: Quality control, Schedule control, Scope changes, Safety & Security. 3. Past Performance: Past performance is a measure of the degree to which the contractor has satisfied it's customers in the past. The Offeror must receive at least a satisfactory past performance rating from all sources contacted by the NPS. Please provide three past references of similar type work along with a point of contact person (POC), phone number and the POC email address. 4. Price: The National Park Service shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 15.4 Inquiries will be accepted via e-mail (trudy_haney@nps.gov), by mail Yellowstone National Park, Attention: Traudel Haney, P. O. Box 168, Yellowstone Nat'l Park, WY 82190-0168, or by facsimile at (307) 344-2079. The solicitation is available electronically at Fedbizopps.gov. Any amendments will be available at the same URL and offerors will be responsible for obtaining all amendments. Any questions must be sent in writing via e-mail, by mail, or by facsimile at 307-344-2079. No telephone requests will be accepted.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2734193)
 
Record
SN01435100-W 20071018/071016223720 (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.