Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

99 -- LeConte Ranger Station, Packing Materials

Notice Date
8/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - SEKI Sequoia/Kings Canyon NP 47050 General Grants Highway Three Rivers CA 93271
 
ZIP Code
93271
 
Solicitation Number
P11PS83868
 
Archive Date
8/4/2012
 
Point of Contact
Katherine H. Hoover Contract Specialist 5595653180 katie_hoover@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 is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 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. The solicitation number is P11PS83868 and is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, dated March 23, 2010. This solicitation is a small business set-aside. The North American Standard Industrial Classifications System Code is 488991 and the small business size is $25.5 Million. CLIN 0001: 1 NOT TO EXCEED, Packing the Materials to the LeConte Ranger Station, 23,000 lbs PERIOD OF PERFOMRANCE: August 26, 2011, to October 14, 2011. STATEMENT OF WORK:LeConte Ranger Station Materiel Packing/Transport Statement of Objectives The National Park Service (NPS) is removing the LeConte Canyon Ranger Station and replacing it with a new building. The LeConte Ranger Station is located at 8,500' elevation in the Kings Canyon Wilderness at the junction of the John Muir-Pacific Crest Trail and the Bishop Pass Trail. The closest location accessible by motor vehicle is the South Lake Trailhead, 14 miles to the east over Bishop Pass at 12,000' elevation (see maps). (Although Bishop Pass typically opens to livestock travel in mid-July, as of August 2, 2011, it was still not passable to livestock travel due to snow and minor rockfall.) No mechanized or wheeled vehicles are permitted in the wilderness. During the autumn of 2011, the new building foundation is being constructed. In support of this, aggregate, cement, insulated concrete forms (Arxx Blocks), camp gear, food, tools, and other materiel will need to be transported to the site before and during construction. The current project schedule is for the NPS construction crew to move in to start work in the second half of September, 2011. The foundation is to be poured in October. This contract is for packing (transport by non-mechanized means) of 23,000 lbs of materiel to LeConte Ranger Station site. A staging area will be provided where materiel can be stockpiled near LeConte Ranger Station. The staging area is accessible to horse, mule and foot traffic. The NPS will not be able to provide any staging areas in the frontcountry. Materiel to be delivered:- 19,500 lbs will be in plastic-wrapped sacks of aggregate, 260 bags @ 75 lbs each. - The remaining 3,500 lbs will be various construction tools and materials, camp gear, and food: rebar and fasteners, hand tools, Portland cement, small power tools, tents, nonperishable food. No single item will be longer than 5', with the possible exception of shovels. No single item will be heavier than 90 lbs (e.g. a sack of Portland cement).- These amounts are accurate to within 15%. The quote should include a per-pound or per-load rate for amounts above or below the 23,000 lbs itemized above. Aggregate (without cement) will be packaged in 75-lb all-weather plastic bags for transport, and may be stored at the site from contract award until construction is completed. Tools, camp gear and food can also be stored on site. (If food is to be stored on site, the NPS will provide bearproof storage lockers). Cement can only be transported to the site the week before being needed, to prevent water damage. Materials will be purchased by NPS and delivered to a location specified by the contractor. This requested delivery location must be within 100 road miles of Fresno, California or Bishop, California. The 19,500 lbs of aggregate can be delivered to the contractor by August 31, 2011; the remainder of the materiel can be delivered to the contractor by September 19, 2011. The contractor is responsible for all transport of the materiel from when it is received from the NPS until it is delivered to LeConte Ranger Station site. Delivery of aggregate and cement to LeConte Ranger Station must be completed by the contractor by October 14, 2011 in order to allow a late October concrete pour. Delivery of camp gear and tools to LeConte Ranger Station will be during September and October, 2011 on a schedule agreed to by the NPS and the contractor.If livestock are used to move the materials, there will be no grazing in the Park by animals used while performing this contract. Any contractors traveling through or camping in SEKI will follow the SEKI traveling and camping regulations. The one exception to this is that a wilderness permit will not be required. Specifically, SEKI group size limits and camping restrictions will apply to contractors carrying out this work. REQUIREMENTS: - There will be no grazing in the Park by animals used while performing this contract.- Materials will be purchased by NPS and delivered to a location specified by the contractor. This requested delivery location must be within 100 road miles of Fresno, California or Bishop, California BID SCHEDULE:- Packing 23,000 lbs of material to LeConte Ranger Station $___________/ Lump Sum- Packing Rate per Pound $__________/ lb SUMITTAL INSTRUCTIONS: Submit the following:- Three references- Completed bid schedule-Delivery location for the materials as specified by the contractor The project contact persons for this procurement is Katie Hoover, Contracting Specialist, 559-565-3180 Offerors/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 OFFERERORS-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 52.212-3 must be submitted with the bid / offer, or you can register your reps and certs online at http://orca.bpn.gov;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-COMMERCIAL ITEMS, applies to this acquisition including, 52.233-3 Protests after award, and 52.333-4 Applicable Law for Breach of Contract Claim, and the following paragraph (b) clauses added:52.222-3 Convict Labor,52.222-19 Child Labor - Cooperation with Authorities and Remedies,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;52.225-13 Restrictions on Certain Foreign Purchases,52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. VENDOR EVALUATION:The government will evaluate the quotations based on overall price, meeting the stated requirements and past performance. QUOTES ARE DUE:Quotes are due for this combined synopsis/solicitation on August 19, 2011, at 4:00pm Pacific Standard Time and shall be delivered by the specified time to the National Park Service, Sequoia and Kings Canyon National Parks, 47050 Generals Hwy, Three Rivers, CA 93271, ATTN: Contracting Office: RFQ #P11PS83868. Facsimile Quotations are acceptable with all required documentation at 559-565-3700. No oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone, fax number, email address if available, and official point of contact. All Quotes must be manually signed by authorized company officer. Quoters are required to be registered at www.ccr.gov. All questions regarding this solicitation should be directed to Katie Hoover at 559-565-3180. Email questions are acceptable to Katie_hoover@nps.gov. END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS83868/listing.html)
 
Place of Performance
Address: Kings Canyon National ParkTulare County, California
Zip Code: 936330926
 
Record
SN02523745-W 20110807/110805235031-29aa87f38d5e9c03ea20a71eeb26711c (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.