Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
SOLICITATION NOTICE

45 -- Remove and dispose of a pool LAARS Lite II Propane water heater system and Provide and Install a Solar Pool Water Heater System.

Notice Date
4/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - DEVA - Death Valley National Park Death Valley National ParkAttn: Contracting Office579 Cow Creek Service Rd., Bldg. CC50 Death Valley CA 92328
 
ZIP Code
92328
 
Solicitation Number
P11PS00623
 
Response Due
5/10/2011
 
Archive Date
4/17/2012
 
Point of Contact
Phyllis McKiernan Purchasing Agent 7607863285 phyllis_mckiernan@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
Statement of Work:Solicitation Number: P11PS00623 Notice Type: Combined Synopsis/Solicitation 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. This announcement constitutes the only solicitation. Quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This request is being issued as Request for Quotation P11PS00623. The Federal Acquisition Regulation (FAR) clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-29. FAR clauses and provisions are available through Internet access at http://www.arnet.gov/far. This is 100% set aside for Small Business, and the small business size standard is 500 employees. The National Park Service encourages the participation of disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 238220. The Government anticipates making a single award for this solicitation. Vendors must quote on all items for their quote to be considered. The following is a description of the requirements for this acquisition. Remove and dispose of seven year old pool LAARS Lite II propane water heater. Provide and Install a Solar Pool Water Heater system. "A request for a separate line item bid is required for the Pool Shower Heater to be replaced or assisted by the New Solar Pool Water Heater system. The Pool Shower Heater work could be dropped for the convenience of the Government due to funding." The project is to include but is not limited to all labor, materials, equipment and supervision required to implement and provide a fully operational system. System must be easily maintained and have a long lifecycle. Capacity for 50,000 gallon pool. Match current usage of (roughly) October through May. System must provide year round pool temperatures of 78 to 82 degrees. http://www.climate-charts.com/USA-Stations/CA/CA042319.php. http://www.nps.gov/deva/planyourvisit/upload/weather.pdf. Contract assumes roof mounted, Park may consider non-roof systems. Additional desired functionality: A request for a separate line item bid is required for the Pool Shower Heater to be replaced or assisted by the New Solar Pool Water Heater system. Please be advised the Pool Shower Heater work could be dropped for the convenience of the Government due to funding. Summer season pool water cooler. Deliverables: Operational Solar Pool Water Heater system for a pool with a capacity of 50,000 gallons, to include "A separate line item bid for the Pool Shower Heater to be replaced or assisted by the New Solar Pool Water Heater system. Please be advised the Pool Shower Heater work could be dropped for the convenience of the Government due to funding." O&M manual and training. Minimum 5 year warranty. Special requirements: Length of project to be less than 20 calendar days. Minimize disruption to visitors, concession, and park. All work shall comply with applicable codes, OSHA, the NEC, local code requirements, and the latest published issue of UBC and UMC.Proposed Contract Type: Firm fixed price contract. Proposal Evaluation Criteria / Factors: Award will be made based on Simplified Acquisition Procedures. Quotors/Bidders must review and comply with the FAR Provisions or Clauses that apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid/offer. Contractor must download from the internet and complete per instructions.; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.232-33 Payment by Electronic funds Transfer, 52.204-07 Central Contractor Registration, 52.204-06, Data Universal Numbering Sysytem (DUNS) Number, 52.252-02, DIAPR 2010-18 COR/COTR Authorities and Delegations, May 2010, Executive Order 13513, Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government While Driving, October 2009, 52.243-04, Changes, June 2007. OFFERS ARE DUE for this combined synopsis/solicitation on May 10, 2011 by 5:30 pm Pacific Time and shall be delivered by that specified time to the National Park Service, Death Valley National Park, Attn: Phyllis McKiernan, Contracting Officer, 1321 South Highway 160, Suite 1, Pahrump, NV 89048-4743.Emailed or Facsimile Quotations are acceptable with all required documentation; no oral quotations will be accepted. Quotors must furnish the company name, official point of contact name, DUNS number, TIN Number, address, phone and fax number, email address. All quotes or questions regarding this solicitation should be faxed to Phyllis McKiernan at 775-537-6380. The Email address for the contracting officer is phyllis_mckiernan@nps.gov.and the phone number is 775-537-0787 ext. 285 End
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS00623/listing.html)
 
Place of Performance
Address: Death Valley National ParkStovepipe Wells VillageHighway 190Death Valley, CA 92328
Zip Code: 923280579
 
Record
SN02426823-W 20110420/110418233953-57516e79f349f5feb05280e3a80efe9d (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.