Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

91 -- PROPANE for DINOSAUR NATL MONUMENT

Notice Date
3/18/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1401081267
 
Response Due
4/25/2008
 
Archive Date
3/18/2009
 
Point of Contact
Traudel (Trudy) Haney Contract Specialist 3073442086 trudy_haney@nps.gov;
 
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)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of the Interior Yellowstone National Park is seeking qualified sources to provide Propane in support of Dinosaur National Monument located in Colorado/Utah. The DOI-Yellowstone Nat'l Park, plans to negotiate a firm fixed price commercial (FAR Part 12), a nonservice contract for Propane. The term is estimated to be a base plus additional option years, not to exceed four (4) option years, depending on the need and availability of funding. This requirement will be issued through a Request for Proposal for a restricted solicitation Small Business set aside. THIS NOTICE IS A PRE-SOLICITATION NOTICE ONLY. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24 effective February 28, 2008 and will be released on or about April 3, 2008 and close about 15 days thereafter. The service providers are expected to furnish all services, 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 supplies furnished under NAICS code 454312, small business size standard is $6.5 million.; including, but not limited too: Deliveries on dates established and outlined for the location as indicated within the Statement of Work. 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 Offeror has performed, which demonstrates the Offeror's ability to accomplish the work. Standard of Acceptability: The Offeror shall have successfully completed, as a contractor, similar deliveries within the past 3 years. 2. Technically Acceptability: Standard of Acceptability: The Offeror shall adequately address each of the following topics: 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 shall provide at the most three contacts of their their past customer's with their address, email, and phone number. The Offeror must receive at least a satisfactory past performance rating from all sources contacted by the NPS. 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/questions shall only be accepted via e-mail (trudy_haney@nps.gov). The solicitation will be 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. 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=2861196)
 
Place of Performance
Address: Dinosaur Colorado
Zip Code: 816109724
Country: United States of America
 
Record
SN01535447-W 20080320/080318224814 (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.