Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

72 -- Replacing carpeting at the Administration Building, with recycled carpeting as per attached specs.

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - Buffalo National River 402 N. Walnut, Suite 136 Harrison AR 72601
 
ZIP Code
72601
 
Solicitation Number
R7307100929
 
Response Due
9/10/2010
 
Archive Date
8/31/2011
 
Point of Contact
Linda K. Fritz Contract Specialist 8703652724 kay_fritz@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 a Request for Quotes (RFQ) No. Q7307100929. 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 442210. The small business size standard is $7 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; Providing all equipment, tools, material, labor and supervision and other items and services necessary to provide removal of old and installation of new recycled carpet throughout the NPS Administration Building located at 101 Reserve Street in Hot Springs, Arkansas. Provide and install commercial grade, Nylon, broadloom, cushion backed, adhesive applied, roll stock carpet, CRI rated for heavy traffic, cut to fit 15 individual offices (rooms) and associated hallways. Total square footage is approximately 3,440 sq. ft. (382 sq yd). Carpet shall contain a minimum 20% post consumer recycled material content. Provide floor preparation including old adhesive removal, floor leveling as required, and all other subfloor preparation as needed to meet manufacturer's recommendations for product installation. Follow all manufacturer's installation instructions and product recommendations for carpet and adhesive. Multiple colors shall be provided as selected by the park staff, and carpet laid with a border pattern in some rooms to match the existing patterns. Dispose of old carpet at a recycling center and provide the park with recycled weight, volume and other disposal information. 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 price. The Government may elect to accept other than the lowest proposal when the perceived benefits of a higher priced proposal merit the addition al 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 contacting 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. 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 these are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offers 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 company name, official point of contact name, Dunn and Bradstreet (DUNS) number, address, fax number and e-mail address. All quotes must be signed by an authorized company official and dated. 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. 52.203-6 Restrictions on Subcontractor Sales to the Government, alternate152.204-6 Data Universal Numbering System (DUNS) Number52.204-7 Central Contractor Registration52.211-16 Variation in Quantity52.219-6 Notice of Total Small Business Set-Aside52.222-3 Convict Labor52.222-19 Child Labor Cooperation with authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-41 Service Contract Act of 1965, As Amended52.225-1 Buy American Act - Supplies52.225-13 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 provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be emailed to kay_fritz@nps.gov. Site visits maybe arranged by contacting Mark C. Scott, Building Supervisor, 101 Reserve Street, Hot springs, Arkansas 71901 (501)620-6866. Offers are due 4:30 p.m. on September 10, 2010 and by be sent my mail or email (no faxes). Quotes maybe mailed to; National Park Service, Missouri MABO, Attn: Kay Fritz, 402 N. Walnut Street, Suite 117, Harrison, Arkansas 72601, and should be mailed so as to insure delivery by the specific time. Quotes maybe emailed to kay_fritz@nps.gov, no oral quotes will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/R7307100929/listing.html)
 
Place of Performance
Address: Administration Building, Hot Springs, Garland County, Hot Springs, Arkansas
Zip Code: 71901
 
Record
SN02262756-W 20100902/100901000333-ec1d634489acf6b4b95eac14d4c3d362 (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.