Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

99 -- Production of 46 Wayside Exhibit Bases for Selma to Montgomery National Historic Trail

Notice Date
9/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
HFC - Acquisition Management National Park ServiceHarpers Ferry Center230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
Q1105080047
 
Response Due
9/16/2008
 
Archive Date
9/11/2009
 
Point of Contact
Melody L. Wolfe Procurement Technician 3045356495 melody_wolfe@nps.gov;<br />
 
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 Quotation Number Q1105080047 constitutes the entire solicitation. Past performance, technical data, warranty, and price quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is a total small business set-aside. Responses are due on or before September 16, 2008. The North American Industry Classification System (NAICS) code is 339950 and the related small business size standard is 500 employees. The National Park Service has a requirement for the production of 46 wayside exhibit bases for Selma to Montgomery National Historic Trail, Tuskegee Institute, Alabama. Due to space limitations, the complete commercial item specifications are contained in Request for Quotation Number Q1105080047. Interested contractors should download this Request for Quotation. 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. Warranty period shall be for 10 years after acceptance. FOB - Destination. 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 52.212-3, Offeror Representations and Certifications--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, 52.214-34 Submission of Offers in the English Language, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 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). Offerors should submit the following: 1. Past performance which includes three references of contracts that are similar in size, complexity and nature to this project; 2. Technical description and/or product literature; 3. Description of Warranty; 4. Attachment A, Contract Pricing Form; and 5.Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, if not registered in the Online Representations and Certifications Application (ORCA) database. 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. Evaluation will be based on the contractor's past performance on projects that are similar in nature to the work required by this contract. 2. Technical data. Evaluation will be based on the contractor's ability to produce wayside exhibit bases as required by this contract. 3. Description of warranty. Evaluation will be based on the terms and conditions of the warranty offered for the wayside exhibit bases. 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. Proposal submission requirements follow: All proposals shall be submitted in an original and one copy for receipt no later than 4:00 p.m., ET, September 16, 2008, and be clearly marked with Request for Quotation Number Q1105080047. Offerors are hereby notified that if your proposal is not received by the date and time and at the location specified in this announcement that it will be considered late as stated in FAR Part 52.212.1(f). All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention: Melody Wolfe, Administrative Specialist; Request for Quotation Q1105080047; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050 or via e-mail at melody_wolfe@nps.gov. The Point of Contact for this requirement is Melody Wolfe, Administrative Specialist, at (304) 535-6495, email melody_wolfe@nps.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=632418f0dff78dc26faef0ddeb042db2&tab=core&_cview=1)
 
Place of Performance
Address: Tuskegee Institute, Alabama<br />
Zip Code: 36088<br />
 
Record
SN01668074-W 20080913/080911231424-632418f0dff78dc26faef0ddeb042db2 (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.