Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOLICITATION NOTICE

93 -- Dimensionally cut Barre Grey Granite Pavers

Notice Date
7/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212311 — Dimension Stone Mining and Quarrying
 
Contracting Office
NPS, Historic Preservation Training4801A Urbana PikeFrederickMD21704US
 
ZIP Code
00000
 
Solicitation Number
P14PS01559
 
Response Due
7/21/2014
 
Archive Date
8/20/2014
 
Point of Contact
Sheila Rushlow
 
E-Mail Address
sheila_rushlow@nps.gov
(Sheila_Rushlow@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number P14PS01559 is issued as a Request for Proposal (RFP) for Barre Grey Granite. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-74. The North American Industry Classification System (NAICS) is 212311. The Solicitation is a total Small Business Set-Aside, Size Standard 500 Employees. The Contractor shall provide all labor, facilities, equipment and transportation necessary to provide dimensionally cut Barre Grey Granite in accordance with all of the Specifications identified in Attachment 2, Section C. For the purpose of this notice a brief summary follows: (1) All granite shall be standard architectural grade, free of cracks, seams, starts, cosmetic defects or other traits or latent defects that may impair its structural integrity or function. (2) Granite shall be obtained from a single quarry source with resources to provide materials of specified consistent quality. The quarry shall have adequate capacity and facility to meet the specified requirements and referenced ASTM specifications. (3) Granite shall be gray in color. Inherent color variations characteristic of the quarry will be acceptable. (4) Finish shall be a thermal flamed on one major surface (top). Component K has two finished surfaces in accordance with Attachment Number 11. (5) Backs of pieces shall be sawn to approximately true planes that are square and level and be free of any matter that may create staining. (6) Light eased edges shall have a tolerance level less than 1/16. (7) Dimensional tolerances shall be within 1/8 on all sides and surfaces as inspected with a 4 measure in any direction. Allowed tolerance should be within an 1/8 of square and on plane. (8) Clean surfaces on all sides 96% free of natural inclusions. (9) In addition to the above specifications, stone shall also confirm to ASTM Specifications as follows: (1) ASTM C615-99 Standard Specification for Granite Dimension Stone. (2) ASTM C241-90 e1 Standard Test Method for Abrasion Resistance of Stone Subjected to Foot Traffic (Minimum Ha of 12.0.). (3) ASTM C97-02 Standard Test Methods for Absorption and Bulk Specific Gravity of Dimension Stone. (4) ASTM C99-87 Standard Test Method for Modulus of Rupture of Dimension Stone. (5) ASTM C170-90 Standard Test Method for Compressive Strength of Dimension Stone. (6) ASTM C880-98 Standard Test method for Flexural Strength of Dimension Stone. Naturally occurring imperfections or inclusions shall be no more than one square inch in size on all sawn and finished surfaces. The following quantities and dimensions listed as length x width x height are required: Component A: 33 x 30 x 2 (6) units; Component B: 41 x 67 x 2 (4) units; component C: 42 x 45 x 2 (155) units; Component D: 50 x 45 x 2 (13) units; Component E: 60 x 45 x 2 (10) units; Component F: 67 x 45 x 2 (8) units; Component G: 71 x 45 x 2 (5) units; Component H: 44 x 47 x 2 (10) units; Component I: 65 x 47 x 2 (2) units; Component J: 78 x 47 x 2 (5) units; and Component K: 31 x 14 x 7 (2) units. Prior to proceeding with fabrication and delivery of Component C, the Contracting Officers Representative (COR) will inspect Component C at the Contractors facility. Upon inspection and approval of the unit by the COR, the Contractor shall proceed with delivery. A secondary inspection will occur at the Contractors facility to inspect the remaining components prior to delivery. The Contractor shall be required to make two deliveries. The first delivery shall contain all of Component C (155 pieces) with the final delivery being all of the remaining components. The date for deliveries is August 11 and August 18, 2014. Specific delivery requirements are identified in Attachment 2, Section C, Description/Specifications/Work Statement and Section D, Packaging and Marking. Pricing shall be completed using Attachment 2, Section B, Supplies or Services and Prices. Should any deviations and exceptions to the above requirement be taken, the Offeror shall identify in writing with their response. The following provisions and clauses are applicable to this acquisition and are available at: www.arnet.gov FAR 52.212-1, Instructions of OfferorsCommercial Items, FAR 52.212-2, EvaluationCommercial Items, FAR 52.212-4, Contract Terms and ConditionsCommercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development (Sept 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $7,000 per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default-Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default-Fixed-Price Supply and Service clause in this contract. FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). The Government reserves the right to make award without further discussion. The Government reserves the right to make award without further discussion. Proposals shall be submitted in an original no later than 12:00 p.m. on July 21, 2014 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. The following weighted criteria will be used to evaluate the proposals received. Proposals shall include the following information: (1) Confirm your ability to meet the specified delivery dates of Component C, 155 pieces by August 11, 2014, with remaining components delivered by August 18, 2014. If these dates are not possible, propose alternate dates identifying lead times associated with purchasing and finishing the stone and the total number of days needed for delivery, Maximum Score 40 Points; (2) Confirm your ability to provide Barre Grey Granite in accordance with all of the specifications identified in Attachment 2, Section C, Description/Specifications and Work Statement; Maximum Score 30 Points; (3) Submit a 12 x 12 Barre Grey granite sample to match the color of the Government-Furnished sample and the finish identified in the specifications, Maximum Score 30 Points. A Government-Furnished sample is available through Email request to the Contracting Officer. Your request must include a Point of Contact, full address for delivery of Federal Express packages and a telephone number. The following additional information shall also be provided as part of the Business Management submission: (1) Pricing in the format identified in Attachment 1, Section B, Supplies or Services and Price Costs; (2) Completed copy of FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, or a statement that Annual Representations and Certifications have been done in accordance with FAR 52.204-08. (3) Originally signed copy of Standard Form 1449. FAR 52.212.-3 and Standard Form (SF) 1449 which is accessed via www.fedconnect.net by conducting a Public Opportunities Only search and entering the subject solicitation number under Reference Number in the search criteria. The form is available as either a fillable form or pdf file. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date for receipt of proposals. Award of any contract resulting from this solicitation will be made to the responsible Offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. All evaluation factors other than cost or price, when combined are significantly more important than cost or price; however, cost/price may contribute in the selection decision. The Government anticipates award of a firm-fixed price contract on or before July 31, 2014. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, or Email address sheila_rushlow@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01559/listing.html)
 
Record
SN03414531-W 20140705/140703235452-d29bdc40580a354f8e685249f6b5619b (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.