Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
MODIFICATION

Z -- Repair/Replace Maintenance Bay Garage Doors at Olympic National Park, WA

Notice Date
7/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NPS, PWR - OLYM MABO600 E. Park AvenuePort AngelesWA98362-6757US
 
ZIP Code
00000
 
Solicitation Number
P14PS01462
 
Response Due
8/1/2014
 
Archive Date
8/31/2014
 
Point of Contact
PHAEDRA FULLER
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. The solicitation number is P14PS01462, and the solicitation is issued as a Request for Quotation. The NAICS code is 238290 with an associated small business size standard of $15 million. This solicitation is a 100% total small business set-aside, and will result in award of a firm fixed price contract to a single Offeror determined to be responsive and responsible. The Government will consider past performance in determining responsibility. 01 - DESCRIPTION. The National Park Service, Olympic National Park, has a requirement for complete rehabilitation of twenty two garage doors in the maintenance yard at Olympic National Park. It is the intent of the contract that the existing garage doors will function like new garage doors in both operation and safety features. 02 - SITE VISIT. An organized visit is scheduled for Thursday, July 10, 2014, at 2pm (Pacific Daylight Time). Meet at the Administration Building, 600 East Park Avenue, Port Angeles, WA 98362. The garage doors are all located a short walk from the Administration Building, in the Maintenance Yard at Park Headquarters. Please confirm attendance by email or call Phaedra Fuller (360-565-3009 or Phaedra_Fuller@nps.gov). Offerors are responsible for bringing own copies of the solicitation documents - hard copies will not be made available at the site visit. Site visit will include a site walk to all of the garage doors, which are numbered on the photographs in Attachment 4. The provision at 52.237-1, Site Visit, is hereby incorporated into this solicitation by full text as follows: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End Provision). Offerors are responsible for performing inspections sufficient to ascertain the degree of work required to return the doors to full operability in accordance with the attached specifications for the purpose of being able to prepare a firm-fixed price quote using the attached price schedule. Offerors shall be responsible for providing their own equipment to perform the inspections, including flashlight(s)/shop light(s), extension cord(s), and ladder(s), as needed. Offerors may begin inspection of the doors during the scheduled site visit, or schedule a separate site visit within three calendar days. During the scheduled site walk, please address any questions to the COR or contracting officer. DO NOT ask other park staff any project questions during the site walk. Questions/Answers during the scheduled site walk will be documented and made available within three calendar days via an amendment to the solicitation. Should additional questions come up during individual site visits, Offerors shall submit those questions in writing directly to the Contracting Officer's Representative, Ellen Gage, by email to Ellen_Gage@nps.gov, and cc: Phaedra Fuller, Contracting Officer, at Phaedra_Fuller@nps.gov. 03 - ATTACHMENTS TO THIS SOLICITATION. All attachments can be accessed via the link to FedConnect, or by going directly to the FedConnect website at https://www.fedconnect.net. Once at the FedConnect home page, click "Search Public Opportunities Only." Next screen, under Search Criteria, change the drop-down menu selection to read "Reference Number," then type in solicitation number P14PX01462 and click "search." Next screen, click the underlined text that is the solicitation title. Next screen is the overview screen. On the right-hand side, is the list of documents posted, showing the SF-1449 solicitation form and all the attachments. Open each attachment individually, which can be saved and/or printed. The following is the complete list of attachments to this solicitation: Attachment 1-Combined Synopsis/Solicitation; Attachment 2-Price Schedule; Attachment 3-Scope of Work; Attachment 4-Door Actions; and Attachment 5-DOL wage rates (Service Contract Act wage determination). 04 - CLAUSES & PROVISIONS. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will 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: price, written narratives as required on the price schedule, past experience (as described in Section 06 below), and past performance. Past experience and the written narratives comprise the "technical" portion of the quote. Technical and past performance, when combined, are approximately equal when compared to price. The government reserves the right to make award without discussions. SYSTEM FOR AWARD MANAGEMENT (SAM) - - The 52.204-07, System for Award Management is applicable to this solicitation. Offerors are required to be registered in SAM.gov in order to be considered eligible for consideration for award. The website address for SAM is https://sam.gov. REPS/CERTS - - Offerors must include a completed hard copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with quote, or have completed electronic reps/certs in SAM. The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-06 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-13 Notice of Set-Aside of Orders; 52.219 Post Award Small Business Representation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-03 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; 52.233-03 Protest After Award; and 52.233-04 applicable Law for Breach of Contract Claim. The following clause in full text is applicable to this solicitation: 52.237-1 Site Visit - - Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The following clause inserted in full text is applicable to this solicitation: DOI Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) - - Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under the contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor's business invoice (attach the business invoice as a.pdf attachment to the IPP invoice).Vendor's failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in the System for Award Management (SAM) database) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. 05 - ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED IN WRITING (fax or email) to the attention of Phaedra Fuller, Contract Specialist at fax number 360-565-3015 or email at Phaedra_Fuller@nps.gov. If question is faxed, include cover page that references the solicitation number. If question is emailed, indicate the solicitation number in the subject line of the email. 06 - SUBMITTING QUOTE. Quotations must be received at Olympic National Park no later than Friday, July 18, 2014 at 5pm (Pacific Daylight Time). Quotes can be submitted by email, mail, or hand-delivered. Quotes should be comprised of the following: (1) Submit signed/dated Standard Form (SF-1449), including writing the DUNS number on the form (the DUNS number will be verified in the SAM.gov database including reps/certs - - refer back to clauses 52.204-07 and 52.212-03 above), (2) Acknowledge any amendments issued (submit signed/dated SF-30 amendment form(s) if applicable), (3) Fill out and submit the attached price schedule, providing lump sum firm-fixed prices and written narratives for every line item in accordance with the instructions on the price schedule, (4) Proposed completion date, to be expressed as x-number of calendar days after receipt of award that can be written on the SF-1449 or added to the price schedule, (5) Written past experience of at least three completed commercial (not residential) projects that occurred in the past five years of similar size and scope as described in the attached statement of work, including description of the projects performed (e.g., similar doors, similar operating assemblies), company name, total price, completion date, and location city/state, and (6) Three professional references including contact name, phone number, and email. Quote MUST be good for 30 calendar days after close of the solicitation. NOTE REGARDING COMPLETION DATE ON THE SF-1449: In order to release (electronically post) the solicitation package, a completion date had to be entered on Standard Form 1449. The completion date on the standard form is 60 calendar days from receipt of award, however, Offerors should disregard that completion date and propose their own completion date with quote, as instructed above. If quote is emailed, email to Phaedra_Fuller@nps.gov and include the solicitation number and company name in the subject line of the email. If quote is mailed or hand-delivered, the solicitation number shall be indicated on outer envelope as well as vendors name and address. Quotations may be hand delivered to Park Headquarters, Offices 4 or 5. 07 - POINT OF CONTACT for this solicitation is Phaedra Fuller, Contract Specialist, Olympic National Park, telephone 360-565-3009, email Phaedra_Fuller@nps.gov. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01462/listing.html)
 
Record
SN03428151-W 20140719/140717234909-f187fd748780fb8f1a727e1c3ef7af39 (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.