Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

99 -- Exhibit Case Fabrication - Attachments 1-4 - Attachment 2

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-10-Q-0102
 
Archive Date
9/27/2010
 
Point of Contact
Darell Taylor,
 
E-Mail Address
darell.taylor@nara.gov
(darell.taylor@nara.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 Attachments 1-4 This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Firm-Fixed-Priced quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-10-Q-0102 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective August 2, 2010. This is a 100% total small business side-aside RFQ under NAICS 339999, All Other Miscellaneous Manufacturing with a size standard of 500 employees. The Government reserves the right to make an award on the initial quote without discussions. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. An order will be issued to the Contractor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this order will be evaluated based on the following evaluation factors which are equal in importance: 1. Technical Understanding and Management Approach. The Government will assess the contractor's technical understanding and management approach as it relates to this requirement. The Government will also assess the qualifications, experience and suitability of quoted personnel (as demonstrated in formal résumés submitted for all personnel) as well as the contractor's quality control methodology. As such interested Contractor's quotation must demonstrate an understanding of the processes and work enumerated in the SOW. 2. Deliverables Schedule. The Government will assess the contractor's quoted deliverables schedule in accordance with the SOW. 3. Relevant Past Performance. The Government will assess the demonstrated quality of performance on similar, relevant work (including magnitude of the project and the nature of the work), to include the ability to control the quality and cost of work and effectiveness at accomplishing the goals of previous similar relevant work. Contractors are requested to submit no more than 5 references for relevant past performance performed within the past 5 years. Submission should include contact information for ordering entity, including a point of contact, dollar value of contract/order, brief description of work performed, and an explanation of how any performance difficulties were addressed and resolved. If the interested Contractor has no relevant past performance, an affirmative statement that no relevant past performance exists must be submitted. 4. Price. BACKGROUND: The National Archives and Records Administration (NARA), College Park, MD has a requirement for a Contractor to fabricate exhibit cases for existing non-UV filtering vitrines stored at the National Archives at Atlanta, Morrow, GA. The cases are being constructed for use at the National Archives in New York, NY and at the National Archives in Kansas City, MO. REQUIREMENTS: The Statement of Work (SOW) is included as Attachment 1. CLIN 0001 Exhibit Cases for the National Archives in NY in accordance with Attachment 1, the SOW: (Qty - 7; Unit - Each; Unit Price tiny_mce_marker_____; Firm-Fixed Price tiny_mce_marker_____). [Note: Shipping costs must be included in the per unit pricing.]. CLIN 0002 Exhibit Cases for the National Archives in KC in accordance with Attachment 1, the SOW: (Qty - 4; Unit - Each; Unit Price tiny_mce_marker_____; Firm-Fixed Price tiny_mce_marker_____). [Note: Shipping costs must be included in the per unit pricing.]. CLIN 0003 Data - Deliverables: (Qty - 1; Unit - Lot; Unit Price - N/A; Price - Not Separately Priced). If Contractor plans to incur other direct costs they must be outlined and included in CLIN 0001. Please note invoice submission requirements outlined in Attachment 3, NARA Terms and Conditions. DELIVERABLES: See Attachment 1. The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price order: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009) - Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision - a copy of the provisions can be found at https://www.acquisition.gov/far/; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jul 2010); (a) The contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); and (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.219-6, Notice of Total Small Business Aside (June 2003)(15 U.S.C. 644); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003)(E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332); 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). The Bureau of Public Debt provides these services for NARA. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause - (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. See Attachment 3 for Additional NARA Terms and Conditions and Additional FAR provisions. QUOTATION SUBMISSION: Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: LaVerne Fields, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: darell.taylor@nara.gov. Quotations should be received by 3:00 PM EDT on September 20, 2010. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Questions regarding this RFQ must be submitted in writing to Mr. Darell Taylor no later than 3:00 PM EDT on September 15, 2010 to be considered. Questions submitted in any other manner will not be answered. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. NOTE: Contractors are reminded to ensure their CCR information is updated and includes the listed NAICS code. ATTACHMENTS: 1-SOW, 2- Case Design Example, 3-NARA Terms and Conditions, and 4-Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-10-Q-0102/listing.html)
 
Record
SN02272849-W 20100910/100908235549-3447a2407db1ba01b26ec6b7c175f686 (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.