Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOLICITATION NOTICE

99 -- Sign Fabrication and Installation for Palo Alto Battlefield National Historical Park

Notice Date
9/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
HFC - Acquisition Management National Park ServiceHarpers Ferry Center230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
P11PS71927
 
Response Due
9/9/2011
 
Archive Date
8/31/2012
 
Point of Contact
Melody L. Wolfe Contract Specialist 3045356495 melody_wolfe@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 supply items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement along with Request for Quotation (RFQ) number P11PS71927 constitutes the entire solicitation. Technical data, past performance and price quotations are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. FAR Parts 12 and 13 apply. The North American Industry Classification System code (NAICS) is 339950, Sign Manufacturing. The Standard Industrial Classification (SIC) is 3993, Signs and Advertising Specialties, and the Product Service Code (PSC) is 9905. This requirement is being solicited as a small business set-aside and the size standard is 500. The National Park Service has a requirement for the production and installation of one park identification sign for Palo Alto Battlefield National Historical Park, Brownsville, Texas. Interested contractors should download the RFQ. All offerors are required to review specifications prior to submitting an offer. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. All signs shall be shipped FOB - Destination. The following provisions and clauses are applicable to this announcement and are available at www.arnet.gov. 52.212-1 Instructions to Offerors - Commercial, 52.212-3 Offer Representations and Certifications - Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition on Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration Offerors should submit the following: 1. Past Performance - Provide three references for contracts that are similar in size, complexity and nature to this work that have been completed within the past three years. 2. Technical Capability - Provide evidence of technical capability to meet the needs required by this contract. This should include the capability to route graphics on western red cedar, color photographs of past projects, warranty provisions, and any other pertinent information. 3. Completed Attachment C, Contract Pricing Form; and 4. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, if not registered in the Online Representations and Certifications Application (ORCA) database. Only one firm-fixed-price contract will be awarded from this solicitation. Award will be made on an all or none basis. Offers for less than the total work required or that fail to meet the technical capabilities will be rejected as nonresponsive. Award shall be made to that responsive, responsible offeror whose total aggregate price is low. DEADLINE: Responses are due on or before September 9, 2011 at 4:00pm EST. Award of a firm-fixed-price contract will be made no later than September 15, 2011. Submit proposals and/or any questions to the attention of Melody Wolfe at melody_wolfe@nps.gov. Proposals by telephone or transmitted facsimile (fax) will not be accepted. Offerors are hereby notified that if your proposal is not received by the date and time and at the location specified in this announcement that it will be considered late in accordance with FAR Part 52.212.1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS71927/listing.html)
 
Place of Performance
Address: Brownsville, Texas
Zip Code: 78520
 
Record
SN02560123-W 20110903/110902103434-18604176f407b480c48a8f7272dab935 (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.