Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
MODIFICATION

99 -- Snowstakes

Notice Date
7/28/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1576110030
 
Response Due
8/1/2011
 
Archive Date
7/27/2012
 
Point of Contact
Andrea Brew Contract Specialist 3073442859 Andrea_Brew@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 AMENDMENT IS TO EXTEND THE CLOSING DATE TO AUGUST 1, 2011 AT 4:30 PM MOUNTAIN TIME. ALL OTHER INFORMATION REMAINS THE SAME. 1. GENERAL INFORMATIONThis 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. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1576110030. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-53 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 339950 and the small business size standard is 500 employees. 2. REQUIREMENT Line 0001: 8 Foot Snow StakesQTY: 1,800 EachMaterials: Fiberglass and/or compositeDimensionsL 1 inch x 3/8 to inch by 8 foot Shape: RectangularColor: Bright Safety Orange with Color Retention Stabilizer Line 0002: 8 Foot Snow StakesQTY: 1,600 EachMaterials: Fiberglass and/or compositeDimensionsL 1 inch x 3/8 to inch by 8 foot Shape: RectangularColor: Bright Safety Yellow with Color Retention Stabilizer Line 0003: 10 Foot Snow StakesQTY: 500 EachMaterials: Fiberglass and/or compositeDimensionsL 1 inch x 3/8 to inch by 10 foot Shape: RectangularColor: Bright Safety Orange with Color Retention Stabilizer Line 0004: 10 Foot Snow StakesQTY: 550 EachMaterials: Fiberglass and/or compositeDimensionsL 1 inch x 3/8 to inch by 10 foot Shape: RectangularColor: Bright Safety Yellow with Color Retention Stabilizer Line 0005: 10 Foot Snow StakesQTY: 500 EachMaterials: Fiberglass and/or compositeDimensionsL 1 inch x 3/8 to inch by 10 foot Shape: RectangularColor: Brown or Walnut with Color Retention Stabilizer The NPS reserves the right to purchase the following are option lines in part or as a whole: if awarded vendor will be notified at time of award or no later than September 15, 2011. OPTION Line 0006: 8 Foot Snow StakesQTY: 1,800 EachMaterials: Fiberglass and/or compositeDimensionsL 1 inch x 3/8 to inch by 8 foot Shape: RectangularColor: Bright Safety Orange with Color Retention Stabilizer OPTION Line 0007: 8 Foot Snow StakesQTY: 1,600 EachMaterials: Fiberglass and/or compositeDimensionsL 1 inch x 3/8 to inch by 8 foot Shape: RectangularColor: Bright Safety Yellow with Color Retention Stabilizer OPTION Line 0008: 10 Foot Snow StakesQTY: 500 EachMaterials: Fiberglass and/or compositeDimensionsL 1 inch x 3/8 to inch by 10 foot Shape: RectangularColor: Bright Safety Orange with Color Retention Stabilizer OPTION Line 0009: 10 Foot Snow StakesQTY: 550 EachMaterials: Fiberglass and/or compositeDimensionsL 1 inch x 3/8 to inch by 10 foot Shape: RectangularColor: Bright Safety Yellow with Color Retention Stabilizer OPTION Line 0010: 10 Foot Snow StakesQTY: 500 EachMaterials: Fiberglass and/or compositeDimensionsL 1 inch x 3/8 to inch by 10 foot Shape: RectangularColor: Brown or Walnut with Color Retention Stabilizer QUOTED PRICE MUST INCLUDE DELIVERY TO YELLOWSTONE NATIONAL PARK, WY 82190 DELIVERY IS REQUIRED 30 DAYS AFTER RECEIPT OF ORDER 3. CLAUSES AND PROVISIONSOfferors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.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; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 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 EXEC 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: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 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; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. 52.217-7 Option for Increased Quantity Separately Priced Line Items 52.223-18 Contractor Policy to Ban Text Messaging While Driving Clause 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 24 4. PROPOSALQUOTES ARE DUE for this combined synopsis/solicitation on August 1, 2011 at 4:30 PM Mountain Daylight. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must 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 emailed to andrea_hannon@nps.gov. All questions regarding this solicitation must be submitted in writing via email to andrea_hannon@nps.gov. Line Item 0001:$___________ EACHExtended Price 1,800 $________Line Item 0002:$___________ EACHExtended Price 1,600 $________Line Item 0003:$___________ EACHExtended Price 500 $________Line Item 0004:$___________ EACHExtended Price 550 $________Line Item 0005:$___________ EACHExtended Price 500 $________ OPTION LINE ITEMSLine Item 0006:$___________ EACHExtended Price 1,800 $________Line Item 0007:$___________ EACHExtended Price 1,600 $________Line Item 0008:$___________ EACHExtended Price 500 $________Line Item 0009:$___________ EACHExtended Price 550 $________Line Item 0010:$___________ EACHExtended Price 500 $________TOTAL$___________ EACH Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1576110030/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02513309-W 20110730/110728234901-34960de1cd74989432ff3bc03b3cb702 (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.