Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2005 FBO #1358
SOLICITATION NOTICE

72 -- Replacement of Custom and Stock Carpet for Marsh-Billings-Rockefeller National Historic Site

Notice Date
8/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
HFC - Acquisition Management National Park Service Harpers Ferry Center 230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
Q1142050023
 
Response Due
8/26/2005
 
Archive Date
8/13/2006
 
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 along with Request for Quotations (RFQ) Number Q1142050023 constitutes the entire solicitation. Proposals, warranty information and price quotations with detailed breakdown are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is a total small business set-aside. Responses are due on or before August 26, 2005. The North American Industry Classification System (NAICS) code is 314110 and the related small business size standard is 500 employees. Offerors may bid on all or part of the requirement. If necessary, more than one award will be made. The National Park Service requires that approximately 659 square feet of existing carpeting and padding be removed and recycled, preserving a small section of each type. Obtain both new stock carpeting and new custom carpeting, and then have installed first the replacement stock carpeting, and then the replacement custom carpeting at Marsh-Billings-Rockefeller National Historic Site, 54 Elm Street, Woodstock, Vermont. Due to space limitations, the complete commercial item specifications are contained in RFQ Number Q1142050023. Interested Contractors should download this solicitation and the nine digital photo .jpg files. The manufacturer and pattern of the product(s) to be furnished, a sample of the product and descriptive literature for the proposed product shall be included in the proposal. The determination as to quality of the product shall be the responsibility of the National Park Service and will be based solely on information furnished by the offeror. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. Delivery and installation must be completed on or before September 30, 2006. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I, 52.214-34 Submission of Offers in the English Language, 52.214-35, Submission of Offers in U.S. Currency, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.222-3, Convict Labor, 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, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52,232-33, Payment by Electronic Funds Transfer-Central Contractor Registration and 52.245-2, Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria: 1. Ability to meet the technical capability. Provide samples of carpeting and documentation from two projects of similar complexity. 2. Resumes of personnel. Provide resumes of Project Manager and Technicians proposed for use under this contract. 3. Warranty and Price with detailed breakdown. The evaluation criteria are listed in descending order of importance. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. Proposal submission requirements follow: All quotations shall be submitted in an original and one copy for receipt no later than 4:00 p.m., EST, August 25, 2005, and be clearly marked with Request for Quotation Number Q1142050023. This due date is firm in order for award to be made this fiscal year. Offerors are hereby notified that if your quotation is not received by the date/time and at the location specified in this announcement that it will be considered late. All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Pamela Blaylock, Contracting Officer; Request For Quotations Number Q1142050023; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. Offers by telephone, transmitted facsimile (fax) will not be accepted. Offerors should submit the following: 1. Samples of carpeting from two projects of similar complexity. 2. Resumes of personnel to include the Project Manager and all technicians. 3. Separate pricing for: A. Removal of Stock Carpet B. Recycling of Stock Carpet C. New Stock Carpet D. Padding for Stock Carpet E. Installation of New Stock Carpet and Padding. E. Removal of Custom Carpet F. Recycling of Custom Carpet G. Manufacture of New Custom Carpet H. Padding for New Custom Carpet I. Installation of New Custom and Padding J. All Travel Expenses and other misc. expenses. 4. Description of warranty. 5. Proposed schedule for completion of the work. All work shall be completed by September 30, 2006. Replacement of Stock carpeting shall take place before replacement of the custom carpeting. 6. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. 7. Originally signed copy of Standard Form 1449. The Point of Contact for this requirement is Pamela Blaylock, Contracting Officer, at (304) 535-6238, email pamela_blaylock@nps.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1906235)
 
Place of Performance
Address: Woodstock, Vermont
Zip Code: 05091
Country: USA
 
Record
SN00870132-W 20050815/050813211809 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.