Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

K -- Plug 17 Abandoned Wells within Big Bend National Park , Texas 79834

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BIBE - Big Bend National Park P.O. Box 129 Big Bend NP TX 79834
 
ZIP Code
79834
 
Solicitation Number
Q7130100096
 
Response Due
9/3/2010
 
Archive Date
8/18/2011
 
Point of Contact
Linda Wheiles Purchasing Agent 4324771122 Linda_Wheiles@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 Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as Request for Quotes (RFQ) No.Q7130100096.The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular. FAR clauses and provisions are available through the Internet access at www.acquisition.gov/FAR/. Service Contract Act wages apply.This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 237110 The small business size standard is NTE $33.5 million in annual revenue. A firm fixed price contract will be awarded. The government reserves the right to cancel this solicitation. This acquisition is for plugging abandoned water wells at 17 sites within Big Bend, Texas 79834. See attached Statement of Work for specific information and requirements. Special Note: All bidders are strongly encouraged to visit the job site to check all site conditions to ensure they have a clear understanding of the Scope Of Work, prior to submitting their bid for this project. Failure to inspect the site for conditions related to the requirements of the contract will not relieve the successful bidder from completing the work according to the terms of this contract. FAR 52.212-2, Evaluation-Commercial Items is applicable.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS: All evaluation factors other than price, when combined are greater than than price. The Government may elect to accept other than the lowest proposal when the perceived benefits of a higher priced proposal merit the addition cost. Price: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and compared to the independent Government estimate. Past Performance: Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contracting references provided by the contractor. Contractor must provide the following information for their past contracts; including project name, project location, contact person name, address and telephone number, email, project value, dates of work, and description of project. The NPS will evaluate past performance based on the contracting references provided by the contractor, the Government's knowledge of the Offeror's past performance, and /or references obtained from any other source. Offers are instructed to provide a list of 5 past contracts/projects that they consider similar in nature. Offerors who do not provide past performance information will be considered non-responsive. Prior Experience:/Technical Ability: Prior Experience is differentiated from Past Performance in that this is factual, documentable information about specific work the contractor has performed. Evaluators may consider the contractor's experience, knowledge, understanding and familiarity with the projects goals and needs. Quoters shall provide a narrative summary of their ability to accomplish the technical requirements, which shall include a list of prior projects, indicating the customers' scope of work and any specific information that demonstrates similarities with the work solicited herein. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors wishing to respond to this RFQ should provide the office with the following: 1. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. Qty. 1 lump Sum @ unit price $____________ = Total price $_____________ 2. Offeror must furnish a history of past performance with a minimum of 5 references listed with contact info including name, address, and phone number. Offerors who do not provide past performance information will be considered non-responsive. 3. Offeror must furnish company name, official point of contact name, DUNS number. TIN number, address, fax number and e-mail address. All quotes must be signed by a authorized company official and dated. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website http://www.acqnet.gov/far 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-16 Variation in Quantity52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity 52.222-41 Service Contract Act of 1965, As Amended52.225-1 Buy American Act - Supplies; 52.225-13 Restriction on Certain Foreign Purchases52.232-1 Payments52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.232-2 Service of Protest52.232-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.244-6 Subcontracts for Commercial Items52.246-2 Inspection of Supplies - Fixed Price52.246-4 Inspection of Services - Fixed Price52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be emailed to linda_wheiles@nps.gov. Offers are due 4:30 p.m. CST, on September 3, 2010 and may be sent by mail or email (no faxes). Quotes may be mailed to: National Park Service, Big Bend National Park, Attention Linda Wheiles, P.O. Box 129, Big Bend National Park, Texas 79834 and should be mailed so as to insure delivery by the specific time. Quotes may be e-mailed to linda_wheiles@nps.gov; no oral quotes will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q7130100096/listing.html)
 
Place of Performance
Address: Big Bend National Park in Big Bend National Park, Tx
Zip Code: 79834
 
Record
SN02245025-W 20100820/100818235114-c3a9dbbf9d78b985fd2068ee64e4c477 (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.