Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
MODIFICATION

56 -- WESTERN RED CEDAR SHINGLES FOR CAPE LOOKOUT

Notice Date
7/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
423330 — Roofing, Siding, and Insulation Material Merchant Wholesalers
 
Contracting Office
NPS, WASO - WCP Contracting4801A Urbana PikeFrederickMD21704US
 
ZIP Code
00000
 
Solicitation Number
P14PS01903
 
Response Due
8/8/2014
 
Archive Date
9/7/2014
 
Point of Contact
MICHAEL CLARKE
 
E-Mail Address
Michael_clarke@nps.gov
(michael_clarke@nps.gov)
 
Small Business Set-Aside
N/A
 
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 P14PS01903 is issued as a Request for Proposal (RFP) for Western Red Cedar Shingles for Cape Lookout National Seashore. 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 423330. The Solicitation is a total Small Business Set-Aside, Size Standard 100 Employees. The Contractor shall furnish and deliver the following quantities and features: 190 Squares of Western Red Cedar shingles at a 5 exposure, 18 inch long, the total butt-end thickness of 5 shingles shall be 2-1/4, #1 Blue Label, Premium Grade Certi-Guard Class C Fire Retardant, Clear 100% Edge Grain, and no defects; 10 Squares of Western Red Cedar shingles at a 5 exposure, 16 inch long, the total butt-end thickness of 5 shingles shall be 2, FiveX #1 perfection shingles, Certi-Last, pressure impregnated. All materials shall be delivered to Cape Lookout National Seashore, 131 Charles St., Harkers Island, NC 28531. Pricing shall be provided as follows: 190 Squares of Western Red Cedar Shingles at $__________ per unit = $__________; 10 Squares of Western Red Cedar Shingles at $__________ per unit = $__________; Subtotal of Shingles $__________; Delivery Price 1 Job $__________; TOTAL PRICE $___________. Delivery of all materials shall be on or before September 1, 2014 between the hours of 8:00 a.m. and 2:00 p.m. All bundled shingles shall be manufactured and graded only by a Cedar Shake and Shingle Bureau member with attached Certi-Label brand for Certigrade and Certi-Last shingles. The Contractor shall not be responsible for offloading shakes and starters at final destinations. Advance notice shall be given to the Contracting Officers Representative (COR) at least 5 business days prior to delivery. Final inspection and acceptance of materials by the Government will occur when materials arrive to the delivery location. 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, 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. Proposals shall be submitted in a hard-copy original no later than 12:00 p.m. on August 8, 2014 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704; e-mailed or faxed proposal submissions will not be accepted. The following equally weighted criteria will be used to evaluate the proposals received. Proposals shall include the following information: (1) Identify lead time needed to purchase and ship materials, and confirm Offerors understanding of the critical delivery of materials to Harkers Island on or before September 1, 2014 and confirm Offerors ability to meet that date; (2) Confirmation of Offerors ability to meet the specifications and quantities of the shingles. The following additional information shall also be provided as part of the Business Management submission: (1) Pricing in the format outlined above (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. Please provide your Dunn & Bradstreet number. (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 August 12, 2014. The point of contact for inquiries and clarifications is Michael Clarke, Contract Specialist, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address Michael_clarke@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01903/listing.html)
 
Record
SN03437498-W 20140726/140725000044-5260e13a9b5b4106d22e7a9a19835bf4 (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.