Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
SOLICITATION NOTICE

J -- Initial award will be for supply and installation of carpet in two units totaling 187.5 square yards, purchase of 3284 square feet of vinyl flooring, and rugs for Olympic National Park, Port Angeles, WA under NAICS Code 442210

Notice Date
12/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
P12PS20560
 
Response Due
12/23/2011
 
Archive Date
12/13/2012
 
Point of Contact
Rex A. Crouch Contract Specialist 3605653025 Rex_Crouch@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
PR #R9512120032Olympic National ParkResidential FlooringNAICS Code 442210 STATEMENT OF WORK AND REQUIREMENTSOlympic National Park has a requirement for replacement flooring for it's residential units. The requirement has three components. Component 1 is supply of 3,500 square feet of vinyl, snap-lock planking which the park will install. Component 2 is supply and installation of carpet in two units totaling approximately 1,677 square feet. Component 3 is the provision of multiple area rugs as described below.VINYL PLANKINGThe vinyl planking shall meet the following specifications:*Minimum 4mm thickness*Waterproof*Snap-lock/ Tongue and Groove type assemblyWood pattern- the contractor shall provide samples and a link to an electronic catalog, so the park may select the preferred finish CARPET SUPPLY AND INSTALLATIONThe carpet installations will occur at Building 918, Hoh Ranger Residence in the park's Hoh sub-district, and Building 1290, Kalaloch WTP Residence in the park's Kalaloch sub-district. Plans for both units indicating the areas requiring carpeting are attached. The contractor shall recommend carpet and pad to meet the following requirements:*Eco-friendly, green products*Low VOC*Durable, but not industrial*Expected 10-year lifespan*Suitable for single-family rental home*Low-pileThe Hoh unit is slab-on-grade, and the Kalaloch unit has a wood sub-floor. Both installations shall be stretch over pad. The per-square yard price quoted shall include removal and disposal of existing floor coverings, and supply and installation of new pad and floor coverings.The contractor shall provide samples and a link to an electronic catalog, so the park may select the preferred color/ pattern.The installation at Building 918 will occur as soon as possible after contract award. The installation at Building 1290 will occur in late spring/ early summer following additional rehabilitation work being performed by the park.Plans for both units including the areas to be carpeted are attached for information purposes. However, it is highly recommended that interested vendors attend the site visit to both locations to be held on Wednesday, Dec 14. AREA RUGSCarpet used for area rugs shall meet the same requirements as the carpet identified above, and shall have bound edges."3' x 5'- 8 each"4' x 6'- 2 each"8' x 10'- 2 eachThe park may require additional amounts of any of the above specified items over the next one year period. In addition to the price quoted for the immediate requirements, the contractor shall provide a cost for each item that is good for a period of one year from time of award. The park may also award up to four additional option years with pricing to be negotiated each year. SITE VISITIf your firm requires a site visit to bid this project, please coordinate with Rex_Crouch@nps.gov. Include the solicitation number P12PS20306 in the subject line of the email. QUALITY CONTROLAll work must be inspected by the Government prior to acceptance. ********************** SUBMITTAL INSTRUCTIONS Submit quotes by email to Rex_Crouch@nps.gov. The contractor will received a confirmation email that the quote / proposal was received. Ensure your company is registered in CCR and ORCA, and that your company's registrations are up-to-date. The submitted offer shall include the following:*The signed solicitation*Price ScheduleInclude at least two references for similar projects since December 2008*Include the contractor's:oEmail addressoCAGE CodeoDUNS ********************** PRICE SCHEDULE CLIN 0001 Carpet with installation, flooring, and area rugs as defined in the SOW $_______________ ______________________Signature Name: ________________________ Company: _______________________ CAGE Code: _____________________ DUNS: _______________________ ********************** EVALUATION FOR AWARD Offerors will be evaluated by their past performance and price. Pricing realism may be implemented during pricing evaluation. Award will be made to the realistic low priced, responsive, responsible contractor. ********************** CLAUSES (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: 52.222-41, Service Contract Act of 1965, as Amended (July 2005) 52.228-5 InsuranceWork on a Government Installation (January 1997) (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-03, Convict Labor (JUNE 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iv) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006). (v) 52.233-03, Protest After Award (AUG 1996) (31 U.S.C. 3553). (vi) 52.233-04, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (2) Listed below are additional clauses that apply: (i) 52.232-01, Payments (APR 1984). (ii) 52.232-08, Discounts for Prompt Payment (FEB 2002). (iii) 52.232-11, Extras (APR 1984). (iv) 52.232-25, Prompt Payment (OCT 2003). (v) 52.233-01, Disputes (JULY 2002). (vi) 52.244-06, Subcontracts for Commercial Items (MAR 2007). (vii) 52.253-01, Computer Generated Forms (JAN 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (DEC 1996) (41 U.S.C. 35-45) (Applies to supply contracts over $10,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212) (Applies to contracts of $10,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793). (Applies to contracts over $10,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (v) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (vi) 52.222-41, Service Contract Act of 1965, As Amended (July 2005) (41 U.S.C. 351, et seq.) (Applies to service contracts over $2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental shelf lands). (vii) 52.223-05, Pollution Prevention and Right-to-Know Information (AUG 2003) (E.O. 13148) (Applies to services performed on Federal facilities). (viii) 52.225-01, Buy American Act-Supplies (JUNE 2003) (41 U.S.C. 10a - 10d) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000). (ix) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (x) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (MAY 1999). (Applies when the payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.) (xi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241). (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.209-06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEPT 2006) (Applies to contracts over $30,000). (ii) 52.211-17, Delivery of Excess Quantities (SEPT 1989) (Applies to fixed-price supplies). (iii) 52.247-29, F.o.b. Origin (FEB 2006) (Applies to supplies if delivery is f.o.b. origin). (iv) 52.247-34, F.o.b. Destination (NOV 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-02, Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights-- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS20560/listing.html)
 
Place of Performance
Address: Olympic National Park,Port Angeles and surround areaWashington, 98362
Zip Code: 983626757
 
Record
SN02638742-W 20111216/111214233924-616e6f7fb478bfef7eb1fb5c4dc84c4d (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.