Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

38 -- Two Sets of Tranch Shoring Equipment

Notice Date
5/16/2011
 
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
E11PS00985
 
Response Due
5/31/2011
 
Archive Date
5/15/2012
 
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
Total Small Business
 
Description
NOTICE 100% SMALL BUSINESS SET-ASIDE PERSUANT TO FAR 19.5. 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 E11PS00985 and is issued as a Request for Quotes (RFQ). NAICS code: 332999. Size Standard is 500 employees. 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 two (2) complete sets of Modular Aluminum Trench Shoring Systems. Objective:Utilities Branch of Yosemite National Park is in need of purchasing two (2) complete sets of Modular Aluminum Trench Shoring Systems. Requirements:Each Shoring Kit is to include: Four (4) 3'x 6'aluminum panels or equivalent. Each kit must include all assembly connectors with the ability to stack, to connect in tandem, and convert a two sided box to a three sided box and/or a four sided box. Each kit must include spreaders with the ability to adjust from a width of 30"to a width of 84". Each kit must also include a leg kit which is able to elevate the base of the shoring at least 24". Each kit must be a lightweight system able to be easily assembled by two men. The two (2) systems are to be identical and all parts must be interchangeable. The shoring replacement parts and/or accessories are to be made readily available. Each Shoring Kit must be P.E. Certified to meet all O.S.H.A. requirements for shielding and /or shoring. Background: Trench Shoring is necessary when personnel must enter trenches of a depth of five feet or more to install or repair underground utilities located throughout Yosemite National Park. Delivery:Delivery of shoring systems: Monday -Friday 0800-1600, and no holidays allowed to Yosemite National Park Warehouse, Attn: George Duke, 5083 Foresta Road, El Portal, California, 95318 QUOTES: Provide a quote which clearly describes the following: Total for two (2) sets of modular aluminum trench shoring systems $____________________ Shipping to 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 Chad Thomas209-372-0560 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. (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:(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.]_X_ (10)(i) 52.219-6, Notice of Total Small Business Set- Aside (JUNE 2003) (15 U.S.C. 644)._X_ (20) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2))._X_ (21) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755)._X_ (22) 52.222-19, Child LaborCooperation with Authorities and Remedies (JUL 2010) (E.O. 13126)._X_ (23) 52.222-21, Prohibition of Segregated Facilities (FEB 1999)._X_ (24) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246)._X_ (26) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793)_X_ (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513)._X_ (35)(i) 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act (JUNE 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138)._X_ (42) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003) (31 U.S.C. 3332) 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, delivery date, price and past performance. OFFERS ARE DUE for this combined synopsis/solicitation on May 31, 2011 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/E11PS00985/listing.html)
 
Place of Performance
Address: Yosemite NP, CA 95318
Zip Code: 95318
 
Record
SN02448829-W 20110518/110516234628-d21f07143ee36ef85715020d6d43ca8c (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.