Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOLICITATION NOTICE

44 -- REPLACE TWO FURNACES-BIG HOLE NATIONAL BATTLFIELD

Notice Date
1/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
NPS, PWR - OLYM MABO 600 E. Park Avenue Port Angeles WA 98362-6757 US
 
ZIP Code
00000
 
Solicitation Number
P17PS00359
 
Response Due
1/26/2017
 
Archive Date
2/10/2017
 
Point of Contact
Joe, Nadine
 
E-Mail Address
nadine_joe@nps.gov
(nadine_joe@nps.gov)
 
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 2005-88 (effective 6/15/16). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov/?q=/browse far/52. The solicitation number is P17PS00359 and the solicitation is issued as a Request for Quotation. The NAICS code is 333994 with an associated small business size standard of 500 employees. This solicitation is a 100% total small business set-aside, and will result in a firm fixed price contract to a single contractor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. 01 - DESCRIPTION. The National Park Service (NPS), Big Hole National Battlefield in Wisdom Montana, has a requirement for a contractor to deliver and install two high efficiency propane heating system furnaces located in two housing units. The existing furnaces will be un-installed and recycled by the contractor. 02 - SPECIFICATIONS AND SCOPE OF WORK (SOW). See ATTACHMENT 1 for Specification requirements for equipment and ATTACHMENT 2 for SOW requirements. 03 - PERIOD OF PERFORMANCE (POP). The period of performance is anticipated to begin on February 01, 2017 and end on March 08, 2017. Delivery of the equipment and installation shall be scheduled with the Government Point of Contact (POC). 04 - DELIVERY AND SERVICE LOCATION. Delivery of equipment and installation will be located at the following address: NPS, Big Hole National Battlefield (NB) 16425 Highway 43 West Wisdom, MT 59761 Housing units 301 and 202B 05 - US DEPARTMENT OF LABOR SERVICE CONTRACT LABOR STANDARDS WAGE DETERMINATIONS (formerly known as the Service Contract Act) For the purpose of providing a price schedule, ATTACHMENT 3, Labor Wage Determinations, are applicable to the awarded contract. 06 - PRICE SCHEDULE. See ATTACHMENT 4 for the Price Schedule. 07 - SITE VISIT. In an effort to promote clear communication of the requirements, you may attend a site visit to the housing units. You may schedule the visit to the units on the following dates: 01/12/2017 to 01/20/2017 from 10am to 3pm only. Please schedule this site visit with the Government Point of Contact, Jimmer Stevenson at phone number 406-689-3155 ext 1027 or at email address: jimmer_stevenson@nps.gov. Should you have questions during the site visit, you must submit them by email to nadine_joe@nps.gov by January 23, 2017-see Section 09 regarding questions. No questions will be answered during this site visit. 08 - PROVISIONS & CLAUSES. The following are applicable this requirement: The provision at FAR 52.212-1, Instructions to Offerors-Commercial (OCT 2016); the provision at FAR 52.212-2 Evaluation-Commercial Items (OCT 2014): The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, considering price and past performance. Evaluation factors other than price, when combined, are approximately equal to price; Quote MUST be good for 30 calendar days after close of this solicitation; The government reserves the right to make award without discussions. The government reserves the right to cancel this solicitation; FAR 52.204-07 System for Award Management (OCT 2016): Offerors must also be actively registered in the SAM.gov on-line database, at website address https:sam.gov. Active registration means at the time quote is submitted, registration status in SAM reads "active." Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2016), with quote or have completed the reps/certs section in their SAM.gov registration; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-06 Notice of Total Small Business Set-Aside; 52.219-13 Notice of Set-Aside of Orders; 52.219-28 Post Award Small Business Program 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; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy American-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisition of commercial items: 52.222-41 Service Contract Labor Standards; 52.222-42 Statement of Equivalent Rates for Federal Hires - - because this clause requires a fill-in, the following information is hereby provided, specific to the hauling of materials in this solicitation (not applicable to the delivery of materials): SEE ATTACHMENT 3; 52.222-44 Fair Labor Standards Act and Service Contract Standards-Price Adjustment; 52.222-55, Minimum Wages Under Executive Order 13658; 52.222-62 Paid Sick Leave Under Executive Order 13706. SHOULD YOU BE AWARDED THE CONTRACT, the following will be applicable: DOI Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP)" IPP REGISTRATION NOT REQUIRED UNTIL AFTER AWARD. 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 this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Contractor's business invoice (upload your business invoice as an attachment to the IPP invoice before you click "submit" in IPP). Contractor's failure to attach the required documentation 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 SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 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. NOTE - - Content of a proper invoice shall include the following, in accordance with Federal Acquisition Regulation 32.9 - Prompt Payment: (a) Name and address of the contractor, (b) Invoice date and invoice number (Contractors should date invoices as close as possible to the date of mailing or transmission), (c) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number), (d) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed, (e) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading, (f) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment), and (g) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. 09 - QUESTIONS REGARDING THIS SOLICITATION. For any questions, you may contact me by January 23, 2017 by email to nadine_joe@nps.gov and you must reference the solicitation number in the subject line of the email, as "P17PS00359/QUESTION." 10 - WHAT TO SUBMIT (CONTENTS OF QUOTE): 10.1 Standard Form 18 (SF18), fill-in blocks 13a-f, 14, 15, 16a-c. 10.2 Fill in PRICE SCHEDULE in ATTACHMENT 4. 10.3 Provide specification details of equipment. 10.4 Standard Form 30 (SF-30), one form per each amendment issued if applicable, 10.5 Offeror legal business name, DUNS, point of contact name, phone number, and email address (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); 10.6 Submit either the filled out reps/certs provision 52.212-03 manually or have completed reps/certs in SAM. NOTE: In accordance with the clause 52.219-28 (as incorporated by reference in Section 05 above), if the Offeror does not have a representation in SAM for the NAICS code applicable to this solicitation, the Offeror will be required to complete a representation and submit to the Contracting Officer after award; 10.7 Provide at least three but no more than five professional references of customers/clients for which you have performed the same or similar type of work in the past three years. Include for each reference the customer/client's company name and address, point of contact name, phone number, email address (if available), brief description of the service provided, period of performance dates, and job/project value. 11 - ATTACHMENTS TO THIS SOLICITATION. There are a total of four (4) attachments. Attachment 1 is the Specification listing, ATTACHMENT 2 is the Scope of Work (SOW), ATTACHMENT 3 is the Labor Wage Determinations and ATTACHMENT 4 is the Price Schedule. 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 the solicitation number "17PS00359" and click "search." Next screen, click the underlined text that is the solicitation shown as "REPLACE TWO FURNACES AT THE BIG HOLE NATIONAL BATTLEFIELD." Next screen is the overview screen. On the right-hand side is the list of documents posted showing the SF-18 form and all the attachments. The attachments must be opened individually and can be downloaded and saved or printed. 12 - WHEN TO SUBMIT QUOTE (RESPONSE DATE): Quotations must be received at the National Park Service, Lake Roosevelt Recreation Area (LARO) no later 4pm Pacific Time (PT) on Thursday, January 26, 2017. 13 - WHERE TO SUBMIT QUOTE. Quotes can be submitted by email, mail, or hand-delivered. Telephone or faxed quotes will not be accepted. If a quote is emailed, email to nadine_joe@nps.gov and include the solicitation number in the subject line of the email. If a quote is mailed or hand-delivered, the solicitation number must be indicated on the outer envelope as well as the contractor's name, address and contractor's Point of Contact. Hand-delivered quotes may be dropped off at the park headquarters at Lake Roosevelt Recreation Area (LARO), 1008 Crest Dr., Coulee Dam, WA 99116-1259.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00359/listing.html)
 
Place of Performance
Address: Big Hole National Battlefield 16425 Highway 43 West Wisdom MT 59761 USA
Zip Code: 59761
 
Record
SN04368465-W 20170113/170111233842-26f4b591fd138d2815765c9da55dc14c (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.