Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

J -- RECOVERY Pratt valve/actuators for the Mammoth Water Treatment Plant

Notice Date
4/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574100013
 
Response Due
4/21/2010
 
Archive Date
4/7/2011
 
Point of Contact
Stacy L. Vallie Contract Specialist 3073442076 stacy_vallie@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 a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1576100013. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-40. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 423720 and the small business size standard is 100 employees. QUOTES ARE DUE for this combined synopsis/solicitation on April 21, 2010, at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to stacy_vallie@nps.gov. All quotes from small businesses will be considered provided vendor is registered in the Central Contracting Registration (CCR), https://www.bpn.gov/ccr/ and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please. Yellowstone National Park requires: 1) Pratt 8 inch 2Fll 150# Flange Butterfly Valve W/OP Nut W/EP12 Electric Actuator NEMA 4, W/Box Bracket & Coupler & OM1 Card For 4 -20 M Amp Quantity: 2 Unit Price $____________ Extended Price $____________ 2) Pratt 10 inch 2Fll 150# Flange Butterfly Valve W/OP Nut W/EP12 Electric Actuator, NEM 4 W/Box Bracket & Coupler Quantity: 2 Unit Price $____________ Extended Price $____________ 3) Pratt 14 inch 2Fll 150# Flange Butterfly Valve W/EP12 Electric Actuator NEMA 4 W/Box Bracket & Coupler W/OM1 Card For 4-20 M Amp Quantity: 2 Unit Price $____________ Extended Price $ ____________ TOTAL AMOUNT $_______________(including delivery)* *Quoted price should include delivery to the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park WY 82190. Delivery required on or before May 18, 2010. Date:______________________ Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offeror Name: ________________________________________ This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-38. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 52.212-2 EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; Clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.203-15, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-9, 52.225-1, 52.225-13, 52.232-33 Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) REQUIREMENTS: Additional Clauses: This contract will be funded through the American Recovery Act (ARRA). In accordance with ARRA regulation the following clauses shall be included in this contract: 52.203-15, 52.204-11 and 52.214-26 Alternate I. You can access the clauses at by clicking on the individual links or at https://www.acquisition.gov/far/current/html/FARTOCP52.html#wp372482. Award is contingent on the contractor meeting the requirements in Section 1512 (reports on the use of funds of the American Recovery & Reinvestment Act available at http://206.151.87.67/docs/Section1512ARRA.pdf. Following is American Recovery & Reinvestment Act (ARRA) reporting information: - Funding Agency: 1443- Awarding Agency: 1443- NAICS Code: 423720- Program Source TAS Code: TAS:14 1035:TAS- Government Contract Office: 12000- Place of Performance Zip Code: 82190-0168- Project Number: PMIS#25355 END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574100013/listing.html)
 
Place of Performance
Address: Yellowstone National ParkMammoth Supply CenterBuilding 34Mammoth Hot Springs, Wyoming
Zip Code: 821900168
 
Record
SN02114771-W 20100409/100407234732-ca4341eb2c4b6ff15539be80b2e96aae (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.