Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

F -- Design and Engineering of Four (4) Fish Barriers in Yellowstone National Park

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1580110321
 
Archive Date
8/25/2012
 
Point of Contact
Stacy L. Vallie Contracting Officer 3073442076 stacy_vallie@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 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) Q1580110321. 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. 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 541990 and the small business size standard is $6.5M. QUOTES ARE DUE for this combined synopsis/solicitation on September 12, 2011, at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors 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 faxed to 307-344-2079 or emailed to stacy_vallie@nps.gov. All quotes from small business will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please. The following is a description of the requirements: Yellowstone National Park requires the design and engineering of four (4) fish barriers according to the attached Scope of work. Yellowstone National Park Fisheries staff will conduct a site visit on Friday, September 2, beginning from Mammoth Hot Springs at 7:00 a.m. to all four sites to allow inspection of the proposed barrier sites and to determine a project approach. The inspection will include an evaluation of site suitability, bedrock and stream bed conditions, and site access. Please call Stacy Vallie at (307) 344-2076 or send an email to Stacy_Vallie@nps.gov of sign up to attend the site visit. Please meet in front of the Mammoth Post Office. Please be ready to meet promptly at 7:00 a.m. so there is ample time to visit all four sites. EVALUATION FACTORS: The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item(s) being offered to meet the Government requirement; (ii) Past Performance; and (iii) Price in order of relative importance. Offerors shall provide the business names, contacts, phone numbers and email addresses of three (3) vendors with whom they have done similar business in the past. These references will be used to evaluate past performance. Solicitation #:Q1580110321Quotes due:MONTH, DATE YEAR by 4:30 PM Mountain Daylight time Submit to:stacy_vallie@nps.gov or fax to 307-344-2079 Date:______________________Business Name: ______________________________________ Business Address: ________________________________________________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offeror Name: ________________________________________ Line Item 1: Task 1: Site Reconnaissance & Survey Task 1, parts b and c, shall be completed by November 1, 2011Price: $_______________ Line Item 2: Task 2: Preliminary Analysis and Design: Task 2 shall be completed by March 1, 2012 Price: $_______________ Line Item 3: Final Product: Technical memorandum: Final Product shall be delivered by June 1, 2012Price: $_______________ TOTAL PRICE $_______________ This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-46. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 52.212-2 EVALUATION-COMMERCIAL ITEMS - (a) The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item(s) being offered to meet the Government requirement; (ii) Past Performance; and (iii) Price in order of relative importance. Clause 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; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-50, 52.225-3, 52.225-13, 52.232-33, 52.233-3, 52.233-452.222-41 Service Contract Act of 1965 applies to this contract. The applicable Wage Determination is number 2005-258, Revision No.: 10 and can be viewed at http://www.wdol.gov/sca.aspx#8. Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.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.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1580110321/listing.html)
 
Place of Performance
Address: Yellowstone National Park, Wyoming
Zip Code: 821900168
 
Record
SN02550940-W 20110828/110826235037-291832963be15617d5b4f8815848ed33 (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.