Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SOLICITATION NOTICE

Z -- Z--FABRICATE AND INSTALL CULTURAL EXHIBIT

Notice Date
10/8/2021 7:26:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337212 — Custom Architectural Woodwork and Millwork Manufacturing
 
Contracting Office
NER SERVICES MABO (43000) BOSTON MA 02129 USA
 
ZIP Code
02129
 
Solicitation Number
140P4321R0009
 
Response Due
10/19/2021 11:00:00 AM
 
Archive Date
11/03/2021
 
Point of Contact
Maison, Cheryl, Phone: 6172421508, Fax: 617-242-3748
 
E-Mail Address
Cheryl_Maison@nps.gov
(Cheryl_Maison@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services 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 number is 140P4321R0009 and is issued as a Request for Proposal (RFP) in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, using the procedures of FAR Part 13, Simplified Acquisition Procedures, and FAR Part 37, Service Contracting. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 dated July 12, 2021. The FAC and FAR are available at https://www.acquisition.gov/FAR. This is solicited as Full and Open Competition after Exclusion of Sources: Set-Asides for Small Business Concerns (Total Small Business Set-Aside) under NAICS Code 337212 Custom Architectural Woodwork and Millwork Manufacturing, with a U. S. Small Business Administration size standard of 500 employees. The U.S. Department of Labor Service Contract Labor Standards Wage Determination, Decision Number 2015-4035, Revision 16 dated April 8, 2021 is applicable to this combined synopsis/solicitation. Questions shall be submitted via email to cheryl_maison@nps.gov. Proposals shall be submitted electronically to cheryl_maison@nps.gov and are due on October 7, 2021 at 2:00PM local prevailing time. The Government anticipates awarding a Firm-Fixed-Price (FFP) contract resulting from this RFP to the responsible offeror whose offer, conforming to the RFP, will be most advantageous to the Government considering technical factors and price in the enclosed addendum to 52.212-1. Place of Performance is Lowell National Historical Park, Lowell, Massachusetts. The period of performance is November 1, 2021 to August 4, 2023. The contractor shall furnish all labor, materials, supplies, equipment, services, travel, transportation and supervision necessary to provide exhibit fabrication and installation at the Mogan Cultural Center located in the Lowell National Historical Park, Lowell, Massachusetts. An organized sit visit is not planned. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses are cited: 52.204-10, 52.209-6, 52.219 -6, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52,222-37, 52.222-40, 53.222-4152.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.225-13, and 52.232-33. The following clauses apply to this acquisition: 52.204-12, 52.204-18, 52.204-19, 52.204-25, 52.215-21, 52.222-42, 52.223-5, 52.223-17, 52.227-17, 52.232-39, 52.232-40, 52.233-1, 52.233-3, 52.233-4, 52.237-2, 52.242-15, 52.245-1, 52.246-4, and 52.252.2. The following provisions apply to this acquisition: 52.203-18, 52.204-7, 52.204 -16, 52.204-22, 52.204-26, 52.209-2, 522.209-5, 52.212-2, 52.225-25, 52.237-1 and 52.252-1. 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause) 1452.203-70 Restriction on Endorsements (JUL 1996) The Contractor shall not refer to contracts awarded by the Department of the Interior in commercial advertising, as defined in FAR 31.205-1, in a manner which states or implies that the product or service provided is approved or endorsed by the Government, or is considered by the Government to be superior to other products or services. This restriction is intended to avoid the appearance of preference by the Government toward any product or service. The Contractor may request the Contracting Officer to make a determination as to the propriety of promotional material. (End of clause) 1452.228-70 LIABILITY INSURANCE (JUL 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: Insurance Schedule (General): 1. Workman's Compensation and Employer Liability Insurance: Compliance with applicable Federal and State Worker's Compensation and Occupational Disease Statutes shall be required. Employer liability coverage in the minimum amount of: $100,000. 2. General/Professional Liability Insurance: Bodily injury liability insurance minimum amount of $1,000,000 per occurrence. 3. Automobile Liability Insurance: This insurance shall be required on the comprehensive form of the policy and shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. The minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage shall be required. (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. (End of clause) 1452.237-71 KEY PERSONNEL (NOV 2007) (DIAR LOCAL CLAUSE) (a)The following personnel are considered essential to the work being performed hereunder: Name Position/Labor Category [Offeror fill in names of proposed key personnel.] (b) The Contractor must notify the Contracting Officer prior to any changes in key personnel. The Contractor must provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes must possess qualifications comparable to the original key person, as well as satisfying any minimum standards set forth elsewhere in the solicitation/contract. The Contracting Officer will advise the Contractor as to the acceptability of the proposed substitutes within 15 calendar days after receipt of all required information of the decision on substitutions. The list of key personnel may be modified from time to time during the course of the contract, by mutual agreement of the parties. (c) If the services performed by key personnel do not conform to contract requirements or jeopardize successful performance of the contract, the Government may require the Contractor to remove the individual within five working days. (End of clause) LOC-DOI Agency Protests (NOV 2007) (a)Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officers decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: Beth Walden-McCabe Bureau Procurement Chief National Park Service Washington Contracting Office 12795 W. Alameda Parkway Lakewood, CO 80228 (c) Requesting independent agency review will not extend the Government Accountability Offices (GAOs) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause) USE AND REPORTING OF CONTRACTOR PERFORMANCE INFORMATION (DEC 2015) NOTICE TO CONTRACTORS 1) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. 2) The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. 3) We request that you furnish the Contracting Officer (CO) with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official (AO). Information in the report must be protected as source selection sensitive information not releasable to the public. 4) When your Contractor Representative(s) are registered in CPARS, they will receive an automatically generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at https://www.cpars.gov/. 5) Within 60 days after the end of a performance period, the AO will complete an interim or final past performance evaluation, and the report will be accessible at https://www.cpars.gov/. a) Contractor Representatives may then provide comments in response to the 6.evaluation, or return the evaluation without comment. b) Your comments should focus on objective facts in the AO's narrative and should a)provide your views on the causes and ramifications of the assessed performance. c) All information provided should be reviewed for accuracy prior to submission. d) If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating ""No comment"" in the space provided, and then selecting �Accept the Ratings and Close the Evaluation�. e) Your response is due within 60 calendar days after receipt of the CPAR. On day 15, the evaluation will become available in PPIRS-RC marked as �Pending� with or without comments and whether or not it has been closed. f) If you do not sign and submit the CPAR within 60 days, it will automatically be returned to the Government and will be annotated: ""The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment."" 6) The following guidelines apply concerning your use of the past performance evaluation: a) Protect the evaluation as source selection information. After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the CO for instructions. b) Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. c) Prohibit the use of or reference to evaluation data for advertising, promotional material, pre-award surveys, responsibility determinations, production readiness reviews, or other similar purposes. 7) If you wish to discuss a past performance evaluation, you should request a meeting in writing to the CO no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 60-day review period. 8) A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. (End of notice) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) 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: Invoice on company letterhead. 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) 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. (End of Clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6f669ff1cad04aeaafa786f475858724/view)
 
Place of Performance
Address: 67 Kirk Street, Lowell, MA 01852-1029, USA
Zip Code: 01852-1029
Country: USA
 
Record
SN06154727-F 20211010/211008230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.