Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

93 -- Snow Poles for Highway Use

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - YOSE Yosemite National Park P. O. Box 700-W5083 Foresta Rd., Bldg. 759 El Portal CA 95318
 
ZIP Code
95318
 
Solicitation Number
Q8823100314
 
Response Due
9/22/2010
 
Archive Date
9/15/2011
 
Point of Contact
Thomas P. Tobin Contract Specialist 2093791040 tom_tobin@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
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. The solicitation number is Q8823100314 and is issued as a Request for Quotes (RFQ). NAICS code: 423990. No paper copies will be sent. Notifications of any changes will be made as modifications to this announcement. To receive an award, vendor must maintain a current registration at www.ccr.gov. The National Park Service, Yosemite National Park (YOSE), intends to issue a Firm Fix Price Contract for three (3) different types of snow poles. NAICS Code: 423990. Size standards in number of employees is 100. Detailed specifications for this purchase request are as follows: Three items Total. Item# 1: CARSONITE TYPE SNOWPOLE 6 foot, with grommet - 2000 each 1. SCOPEThis specification covers the minimum material, mechanical andperformance requirements of Carsonite's Type II Snowpole. TheCarsonite Type II Snowpole shall be a triangular shaped snowpolecapable of being installed into a U-Channel with the use of a rubbergrommet. The assembly shall remain flexible, even when covered by snow. 2.GENERAL REQUIREMENTS 2.1DESIGN The Type II Snowpole shall be a single piece marker capable of simple, permanent installation by one person. The Snowpole, upon proper installation, shall resist displacement from wind, vehicle impact, and vandals. 2.2MATERIALS The materials of construction shall be a durable, UV resistant, water resistant, continuous glass fiber and marble reinforced thermosetting composite. The composite shall be resistant shall be resistant to UV, impact, vandals, moisture, ozone, and hydrocarbons within a service temperature of -40*F to +140*F. 2.3WORKMANSHIP The Type II Snowpole shall exhibit good workmanship and be free of burns, discoloration bulges or other objectional marks which would adversely affect the pole's performance or serviceability. 2.4SHEETING The Snowpole shall be supplied with reflective, vandal resistant, pressure sensitive sheeting. The sheeting shall be of an appropriate width for the pole. The length and color shall be as specified by the ordering agency. 3.PHYSICAL AND MECHANICAL REQUIREMENTS3.1Dimensions3.1.1 WidthThe maximum width shall be 1.125 inches.3.1.2 ThicknessThe maximum thickness shall be.3125 inches.3.1.3 WeightThe weight shall be.2 lbs. per foot. 3.2MECHANICAL PROPERTIES The Snowpole shall have the minimum mechanical properties as follows: PROPERTY ASTM TEST METHODMINIMUM VALUEUltimate Tensile StrengthD-63850000 psiUltimate Compressive StrengthD-69545000 psiSpecific GravityD-7921.7Weight Percent Glass ReinforcementD-258450%Barcol HardnessD-258347 3.3COLOR FASTNESS The Snowpole shall be pigmented throughout entire cross section so as not to produce a uniform color which is an integral part of the marker. Orange in color. 4.SQUEEZE GROMMIT 12 inch length for use with U Channel steel post. Target plate installedby press fit between post and plate. Grommit held to fiberglass post by compression band and squeeze fit. Steel U-Channel Snow Poles-Brown: Item # 2: Steel Snow Pole, 6 foot - 475 eachSteel post with 3 " x 12" target plates with 3" x 12" reflective sheeting attached to face plate and with all hardware included to mount target plate to steel post. Posts shall be 6 foot long, 13 gauge and powder coated brown. Posts shall be notched to allow target plate to mount to snow pole without drilling. Specifications:California Department of Transportation Specification, Class 2 Delineator, Pg.A73C, Standard Plans, July 2002 Item # 3: Steel Snow Pole, 10 foot - 350 eachSteel post with 3 " x 12" target plates with 3" x 12" reflective sheeting attached to face plate and with all hardware included to mount target plate to steel post. Posts shall be 10 foot long, 11 gauge and powder coated brown. Posts shall be notched to allow target plate to mount to snow pole without drilling. Specifications:California Department of Transportation Specification, 10 foot Snow Pole, Standard Plans, July 2002 NPS is willing to pick up within four hours one way of El Portal Warehouse Complex. QUOTES: Provide a quote which clearly describes the following: Total for ITEM #1 $____________________ Total for ITEM #2 $____________________ Total for ITEM #3 $_______________________ Shipping FOB: El Portal CA 95318 $____________________ TOTAL $ ____________________ Business Name: ____________________________________ DUNS:___________________ Business Address: ______________________________________________________________ Business Phone: ___________________________________FAX: ________________________ Email Address:___________________________________________ Offeror Name: ________________________________________ Date:_____________________ Travel Restrictions on Route 140E, all vehicles are restricted to 45 foot total length on route 140 into the Park. A rock slide near Savage's Trading Post has caused a detour 20 mi east of Mariposa (Mariposa County) with 1-way controlled traffic, 24 hrs a day 7 days a week. Updated Road conditions are available at the California Department of Transportation's website. Permits for longer vehicles have been approved on case by case basis by Cal-Trans. http://www.dot.ca.gov/cgi-bin/roads.cgi Technical Contact: COTR Lou Summerfield209-379-1075 The following clauses and provisions apply to this acquisition:Incorporated by reference are: FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-4 Contract Terms and ConditionsCommercial Items. FAR 52.212-3 Offeror Representations and CertificationsCommercial Items. Offerers shall go to www.arnet.gov/far and complete a copy of 52.212-03 and include the completed document with their offer.FAR 52.243-01 Changes Fixed Price 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2009) (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)). _X__Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (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: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (5) [Reserved] _ (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (7)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (8) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (9)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (10) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (11) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (12)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (13) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (15) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). X__ (16) 52.219-28, Post Award Small Business Program Re-representation (June 2007) (15 U.S.C. 632(a)(2)). X_ (17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X_ (18) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). X_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X_ (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _ (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (25) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (26)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (27) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (28)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. _X_ (29) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). _X_ (30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Feb 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (31) 52.225-5, Trade Agreements (MAR 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (32) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (33) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (34) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (35) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (36) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X _ (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (38) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (39) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (40) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (41)(i) 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). __ (ii) Alternate I (Apr 2003) of 52.247-64. (End of clause) DIAPR 2010-18 COR/COTR Authorities and Responsibilities Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref: http://edocket.access.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. EVALUATION FACTORS FOR AWARD: The Government will award the contract to the responsible Offeror whose quote will be most advantageous to the Government. Evaulation factors are: responsiveness to this solicitation, price and past performance. OFFERS ARE DUE for this combined synopsis/solicitation on September 22, 2010 by 4:00 p.m. PDT and shall be delivered by that specified time to the National Park Service, Yosemite National Park, Attn: Thomas P.Tobin, Contract Specialist, P.O. Box 700-W, El Portal, CA 95318. Emailed or mailed quotations are acceptable with all required documentation; no oral quotations will be accepted. Quoters shall submit this document with and 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 mailed to Thomas P.Tobin, P O Box 700-W, El Portal, CA 95318 or emailed to tom_tobin@nps.gov. All questions regarding this solicitation should be emailed to tom_tobin@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8823100314/listing.html)
 
Place of Performance
Address: Yosemite National Park
Zip Code: 953180700
 
Record
SN02282507-W 20100917/100915235652-8a3955c6ad9cf29a7d8cfa410a31f8ac (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.