Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

56 -- Name Brand or Equal Ludowici Clay Tiles

Notice Date
1/18/2012
 
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
Q1574121010
 
Response Due
1/30/2012
 
Archive Date
1/17/2013
 
Point of Contact
Andrea Hannon Contract Specialist 3073442859 andrea_hannon@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
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) Q1574121010. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-54 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 327123 or 444190 and the small business size standard is 500 employees and $19.0 million dollars respectively. 2. REQUIREMENTYellowstone National Park requires Name Brand or Equal Ludowici Roof Tiles. The following is a description of the requirements for this acquisition: Roofing tile accessories to match historic tile, Name Brand or Equal Ludowici Roof Tiles. SpecificationsRoof Tile Style:French Interlocking Profile Tile accessories use provided spec. sheets for sizes. Size:sizes specified on provided spec. sheets - email Andrea_Hannon@nps.gov for a copy Total variation in dimensions of tile, when measured in accordance with test methods C67 shall not be more than 5% from the nominal dimension specified by Ludowici Roof Tile, or Equal Brand Name. Color: French Clay Red (Ludowici Roof Tile Manufacture color) or equal. Roof Pitch: 8 in 12 Grade Standard Specifications:Tile must meet or exceed ASTM standard C- 1167 -96 for roofing tile.Roof tile grade: Shall be Grade #1 for clay roof tile. The highest grade in the industry Grade #1 allows less than 6% moisture absorption in the clay tile after 24 hours. Tile are impervious to the elements (rain, snow, heat and fire). This grade is for severe weathering conditions. Suitable for areas with repeated freeze-thaw cycles.High breaking strength. Color fastness included in the 75 year limited warranty Acceptable Defects: Tile must be free of defects and free of imperfections visible from a 40 ft. distance. Warranty: 75 years against defects This base bid is for the following accessories: #206 Ridge 180 pieces# 206 vented ridge 60 pieces#102 Hip Roll 310 piecesDetached Gable Rake Left 16 piecesDetached Gable Rake Right 16 pieces102/206 #405 High Bump Terminal 2H/1R 6 piecesEnd Bands Tile 20 pieces152 Hip Starter 12 pieces Price must include shipping and handling. If quoting an equal product quoters shall provide specifications and color samples of products they are quoting. Specifications and samples must be received by the closing date of the combined synopsis/solicitation. Samples may be mailed to: Yellowstone National ParkMammoth Supply CenterBuilding 34Yellowstone National Park, WY 82190 Delivery shall be 8 weeks 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 Registration52.211-6 Brand Name or Equal 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. 4.PROPOSALQUOTES ARE DUE for this combined synopsis/solicitation on January 30, 2012 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:#206 Ridge 180 pieces $____Line Item 0002:# 206 vented ridge 60 pieces$____Line Item 0003:#102 Hip Roll 310 pieces $____Line Item 0004:Detached Gable Rake Left 16 pieces$____Line Item 0005:Detached Gable Rake Right 16 pieces$____Line Item 0006:102/206 #405 High Bump Terminal 2H/1R 6 pieces$____Line Item 0007:End Bands Tile 20 pieces$____Line Item 0008:152 Hip Starter 2 pieces$____TOTAL: $_____ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ REFERENCES: Name:Company:Email:Phone: Name:Company:Email:Phone: Name:Company:Email:Phone: END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574121010/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02656790-W 20120120/120118235107-d22f2a4abcec449792ba8bbc01bfc731 (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.