Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

99 -- Fabrication of two different types of sandstone Historic Salvaged Aquia Creek Sandstone furnished by the Government and newly quarried Sandstone.

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Historic Preservation Training Center Gambrill House 4801-A Urbana Pike Frederick MD 21704
 
ZIP Code
21704
 
Solicitation Number
N2680070093
 
Response Due
6/14/2007
 
Archive Date
4/30/2008
 
Small Business Set-Aside
Total Small Business
 
Description
The National Park Service, Historic Preservation Training Center, is soliciting proposals for all labor, facilities, equipment and transportation necessary to fabricate and deliver five different architectural elements of a Cenotaph Memorial for use at Historic Congressional Cemetery, 1801 E Street SE, Washington, DC 20003. The items to be fabricated will be two different types of sandstone, one will be Historic Salvaged Aquia Creek Sandstone furnished by the Government, while the other is newly quarried sandstone supplied by an independent Contractor. The independent Contractor shall ship sandstone directly from their facility to the fabricator's shop. Historic Salvaged Aquia Creek Sandstone will be furnished in dimensional block sized for the specific components no larger than 24" x 24" x 12". Fabricated material shall be in accordance with the specifications and drawings provided in the solicitation and the specific elements as follows: Component A, Conical Capstone Fabrication, dimensional unit size: 24" x 24" x 12", minimum quantity 42, maximum quantity 50; Component A, Alternate Design - Concial Capstone, dimensional unit size; 24" x 24" x 12", minimum quantity 4, maximum quantity 8 each,; Component B, Upper Body Stone, Inset Panel Fabrication, dimensional unit size 30" x 30" x 30", minimum quantity 29, maximum quantity 38; Component C, Lower Body Stone, Water Table Champers, dimensional unit size: 48" x 48" x 11.5" or two units 24" x 48" x 11.5", minimum quantity 33, maximum quantity 44; Component D, Base Stone, Water Table Champers; two dimensional units 66" x 33" x 12". The unit is comprised of two pieces, minimum quantity 12, maximum quantity 18. Proposal submission and evaluation of offers will be conducted using a two phased approach. First proposals will be evaluated by the Technical Evaluation Panel using the Evaluation Criteria identified in the Solicitation; Criteria A, Fabrication Facility that demonstrates the ability to perform stone cutting for a large fabrication job; Criteria B, One photographic example of circular work equal to, or with a greater degree of difficulty to the work identified; Criteria C, Six photograph examples of cut stone work equal to, or with a greater degree of difficulty to the work identified. Based on this evaluation, evaluators will unanimously vote on the acceptability or unacceptability of each proposal. At this stage unacceptable proposals will be eliminated from competition. Second, all acceptable proposals will then be evaluated using Criteria D, Past Performance. Upon completion of this evaluation, a Competitive Range will be determined by the Contracting Officer. The Government anticipates award of a firm-fixed price contract on or before July 18, 2007 The Solicitation with be issued electronically on Federal Business Opportunities website at http://www.fedbizopps.gov. Offerors must register on the Fed Biz Opps website to receive updated information about the solicitation. The Solicitation with specifications shall be posted on or about May 16, 2007. NO HARD COPIES OF THE PACKAGE WILL BE ISSUED. A hard copy of the Technical and Business proposal shall be submitted to: National Park Service, Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704, on or before 12:00 p.m. local prevailing time on June 14, 2007. For information contact Sheila Rushlow, Contracting Officer at (301) 663-8206, Extension 103. This Solicitation is a Small Business Set-Aside, NAICS Code, 327881, The size Standard is 500 Employees.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2495111)
 
Place of Performance
Address: Contractor's Facility
Zip Code: 21704
Country: United States
 
Record
SN01285057-W 20070503/070501233524 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.