Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOLICITATION NOTICE

54 -- Supply and Deliver Communication Shelters

Notice Date
11/24/2009
 
Notice Type
Presolicitation
 
Contracting Office
ARO - ALASKA Regional Office** 240 W 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
Q9929100006
 
Response Due
12/14/2009
 
Archive Date
11/24/2010
 
Point of Contact
James M. Bowers Purchasing Agent 9076443307 James_Bowers@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 Presolicitation announcement 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 Proposal. The National Park Service, Alaska Regional office, is soliciting for a build and supply an Indefinite Delivery Indefinite Quantity (IDIQ) for Communications Shelters. The estimated overall value of the contract is not expected to exceed $300,000.00. The National Park Service has a requirement for Communications Shelters: The shelter shell will be molded fiberglass reinforced polyester laminated foam cored construction. Shelter will be a single piece and weigh less than 900lbs for outdoor use complete specifications will be in solicitation. This acquisition is a total small business set-aside solicitation Q9929100006 will be posted on or after December 14, 2009. The North American Industry Classification System (NAICS) code is 326199 and the related small business size standard is 500 employees. Award will be for Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed-price contracts for one year with two one-year option periods. In each category, the contractor will be guaranteed a minimum order of $3,000. If a contractor declines to propose or declines work offered by the National Park Service at any time during the contract period, the estimated amount of the project will be subtracted against the minimum guaranteed workload in this contract. The following provisions and clauses are applicable to this announcement and are available at www.arnet.gov. 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. Award Criteria: The Government anticipates award of firm-fixed-price IDIQ contract resulting from this Request for Proposal. Contract(s) will be made to the responsible offeror whose offer(s), conforming to the Request for Proposal will be most advantageous to the government, cost or price and other factors considered.. Prices proposed will be examined to establish price reasonableness. While price will be a factor in the award decision, the award may not necessarily be made to that offeror submitting the lowest price. Likewise, award will not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. A thorough examination will be made to determine an offeror's adequate understanding of the Scope of Work related to proposal presentation, price (including materials) and other factors considered. The question to be decided in making the final selection will be whether proposals are worth the dollar difference (if any). Evaluation will be performed only for existing and prior contracts for work similar in nature and complexity to that required by the solicitation and will include the following: A. Quality of Products and Services. Demonstrated ability to fabricate shelters in accordance with required specifications. Conformance to good standards of workmanship and quality control. B. Customer Satisfaction. Satisfaction of end users with the completed shelters. C. Timeliness of Performance. Compliance with delivery schedules; reliability; and responsiveness to technical direction. In addition to the evaluation of technical merit, the cost, or price, and other factors, the standards for determining an offeror's responsibility as set forth in FAR 9.104-1, will be examined and considered. Additional factors which are not specifically set forth in this solicitation, but which are prerequisites for award as implied by law, regulation or public policy will be considered in the determination of an offeror's acceptability. Contractors may Email questions via email address James_Bowers@nps.gov, or via phone (907)644- 3307 or fax to 907-644-3802. or to Deryl Morse email address Deryl_Morse@nps.gov, via phone (907)644- 3313 Contracting Office Address: National Park Service, Alaska Regional Office (ARO) 240 West Fifth Avenue, Anchorage, AK 99501 This Solicitation No. Q9929100006 and all amendments for this acquisition will be posted on www.fbo.gov. Viewing/downloading documents from www.fbo.gov will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time user, you will also be required to register in fbo.gov (www.fbo.gov) before accessing the solicitation documents. To register, click on the Register with fbo.gov then select the Self Registration Process option. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Code; Telephone Number; and E- Mail Address. Once registered with fbo.gov, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. For further information, please click on the links on the fbo.gov homepage to FAQs. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK fbo.gov FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9929100006/listing.html)
 
Place of Performance
Address: Anchorage, AK
Zip Code: 99501
 
Record
SN02010164-W 20091126/091124234722-a4533e22dae063ce707ba59f2504b111 (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.