SOLICITATION NOTICE
J -- Maintenance and Repair Service for:-Two (2) Sets of Two (2) Hydraulic Bollards (Washington Monument);-Two (2) Sets of Three (3) Hydraulic Bollards (Lincoln Memorial); and -One (1) Xva Portable Barrier (Jefferson Memorial).
- Notice Date
- 2/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NCR - NAMA - National Mall & Memorial Parks - Division of Administration 900 Ohio Drive, SW Washington DC 20024
- ZIP Code
- 20024
- Solicitation Number
- Q3400100039
- Response Due
- 2/16/2010
- Archive Date
- 2/1/2011
- Point of Contact
- Errick L Hardy Contract Specialist 2022454689 Errick_Hardy@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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 FAR 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. Solicitation No. Q3400100039 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. Responses are due on or before February 16, 2010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. This procurement is a commercial item. The estimated magnitude of this procurement is between $10,000.00 and $20,000.00 for one year of service. This procurement is solicited as a small business set aside. The North American Industry Classification System (NAICS) code is 238990; the size standard is less than $14 Million. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this acquisition and are available at www.arnet.gov: 52.212-1, Instruction to Offerors--Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications-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; 52.214-34, Submission of Offers in the English Language; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-26, Equal opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.217-08, Option to Extend Services; 52.217-09, Option to Extend the Term of the Contract. INTRODUCTION:This requirement is for preventative maintenance and repair service of hydraulic bollards and a Xva portable barrier for the National Park Service, National Mall and Memorial Parks, Washington, D.C. BACKGROUND: Two (2) sets of two (2) hydraulic bollards were installed at the Washington Monument grounds in 2004 for security protection of the Monument. In addition, there are two (2) sets of three (3) hydraulic bollards located at the Lincoln Memorial. These are operated by hydraulic pumps located under the bollards. These bollards provide access to vehicles in case of emergencies, and maintenance vehicles needing access to the Monument. There is also one Xva portable barrier plate located at the Jefferson Memorial. The hydraulic bollards and the Xva portable barrier were manufactured and installed by Nasatka Barrier, Inc. SCOPE OF WORK:The purpose of this contract is to provide monthly maintenance and on-call repair services to the hydraulic system at the Washington Monument and Lincoln Memorial to keep these bollards in operation 24 hours a day. Also, this contract will provide monthly maintenance and on-call repair services to the Xva portable plate barrier located at the Jefferson Memorial. WORK REQUIREMENTS: Task 1: Monthly preventative maintenance on:"two (2) sets of two (2) hydraulic bollards (Washington Monument);"two (2) sets of three (3) hydraulic bollards (Lincoln Memorial); and"one (1) Xva portable barrier (Jefferson Memorial) Task 1 Objective: Contractor shall be available to provide monthly preventative maintenance between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday. Contractor shall inspect equipment operation, hydraulic system, hoses, replace traffic/indicator lights as needed, provide up to 5 gallons of hydraulic fluid as needed, clean up around barrier and channel drain. Task 2: On-call service on:"two (2) sets of two (2) hydraulic bollards (Washington Monument);"two (2) sets of three (3) hydraulic bollards (Lincoln Memorial); and"one (1) Xva portable barrier (Jefferson Memorial) Task 2 Objective: Contractor shall be available to provide regular on-call repair service between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday and emergency repair service outside of the business hours and weekdays mentioned above. Service calls shall have a twelve (12) hour response time after notification. Repair service shall include service of the hydraulic pumps, electrical connections, fiber optic connections to District One (1) United States Park Police substation, cleaning of the pits and drainage pipes, etc. PLACE OF PERFORMANCE:The task objectives (above) described in this SOW shall be performed at the Washington Monument, Lincoln Memorial, and Jefferson Memorial as follows: Hydraulic Bollards:Washington Monument(2 sets of 2)NE and SW quadrants of the Monument Between 15th Street & Independence Ave, 17th Street & Constitution, N.W. Washington, D.C. 20001 Hydraulic Bollards:Lincoln Memorial(2 sets of 3)Located at Lincoln Circle Washington, D.C. 20037 Xva Portable Barrier:Jefferson Memorial Ohio Drive & East Basin Drive, S.W. Washington, D.C. 20024 PERIOD OF PERFORMANCE:The period of performance for this contract shall be from date of award through September 30, 2010, with four (4) option years. Base Year:Date of Award - September 30, 2010Option Year 1:October 1, 2010 - September 30, 2011Option Year 2:October 1, 2011 - September 30, 2012Option Year 3:October 1, 2012 - September 30, 2013Option Year 4:October 1, 2013 - September 30, 2014 THERE WILL BE A SITE VISIT CONDUCTED FOR ANY INTERESTED BIDDER ON THIS REQUIREMENT. THE DATE, TIME AND MEETING LOCATION IS AS FOLLOWS: Date: February 10, 2010Time: 11:00 amMeeting Location: 900 Ohio Drive S.W., Washington DC, 20024 ADDITIONAL INFORMATION: Security:Personnel providing service on-site shall have photo identification and uniform displaying the name of the company. Contractor - Furnished Items:The Contractor shall provide the National Park Service, National Mall and Memorial Parks with all labor, materials, equipment, travel and services associated with the completion of the requirements described in this solicitation. Government-Furnished Property:The National Park Service will provide keys to the locks for the bollards and wrenches to open the bollard plates. Qualifications of Key Personnel:Personnel must be knowledgeable on repairs and maintenance of hydraulic systems, electrical systems and fiber optics. The Contractor shall make no substitutions or subcontracts without obtaining prior Contracting Officer's approval of the persons. Contracting Officer's Representative (COR):The Contracting Officer's Representative is responsible for the oversight of the Contractor to the Contracting Officer of the Agency. Contractor shall inform COR of intended work to be performed and when problems arise. Both the COR and the Contractor will be named following the awarded order. Any deviation from the awarded order shall be agreed upon by the Contractor and the Contracting Officer and noted within a modification to the order. The COR will meet with the Contractor as needed to discuss problems or to exchange information concerning performance. All site visits by the Contractor shall be coordinated in advance with the COR so proper access to the area can be provided. Contractor Representative:Contractor shall provide the name of one (1) person who shall be available and can make decisions for the company concerning the performance of this requirement. This representative of the Contractor shall be able to negotiate with the Government, coordinate with the COR, answer technical questions, direct the Contractor's employees and oversee the performance of the Contractor. Additional Contractor Responsibilities:Contractor shall, without expense to the Government, be responsible for obtaining any necessary licenses and permits, and complying with all applicable Federal, state and municipal laws, codes and regulations. Contractor shall be responsible for all damages to persons or properties that occur as a result of a Contractor's fault or negligence. The Contractor shall take proper health and safety precautions to protect the work, workers, the public and property of others. General Provisions:Work will be scheduled so as not to interfere with normal activities or special events of the park. Advanced notice will be given to the contractor if a conflict is expected. Any supplies, personnel, and equipment shall be removed from the work site prior to the activity. If at any time the COR determines that the work is unsatisfactory or being conducted in an unsafe manner, the contractor will be notified and shall immediately cease all work activities. The contractor shall confine work, equipment, vehicles and all other operations in connection with this project to areas approved by the COR. Inspection and Acceptance:The COR for this contract will perform checks of work performed on the day that the contractor is on site. He will make sure that the bollards are operating properly and that the requirements of the contract are met. Invoicing:Contractor shall submit an invoice to the address stated in the contract with a copy to the Contracting Officer. To constitute a proper invoice, the following information must be included: A. Name and address of the Contractor; B. Invoice date; C. Contract number and line item(s); D. Description, quantity, unit of measure, unit price, and extended price of services Performed; E. Period of Performance; and E. Name, title, phone number and mailing address of person to be notified in the event of a defective invoice. All payments will be made by electronic funds transfer to the Contractor's bank.The Contractor shall be paid for Government authorized services actually performed and verified by the Contracting Officer. There are no advanced payments authorized under this order. Offeror Submittals: Methodology:Contractor shall submit a technical description of the service to be performed. Past Performance and Experience:The Contractor shall submit information to demonstrate that it possesses at least 2 years experience in this line of work in this region. Contractor shall submit a list of three (3) projects performed during the past 5 year(s) that are similar to the work described in this SOW. List shall include the following: A. Contract Number;B. Dollar Value;C. Dates;D. Name of Contracting Agency;E. Point of Contact (name & phone number); andF. Brief description of the work effort sufficient to demonstrate the relationship between the referenced contract and the proposed effort Resume:The Contractor shall submit a resume and/or documentation for key personnel directly involved with this project to demonstrate that each individual meets the minimum qualification criteria specified in the "qualifications of key personnel" section above. The Contractor shall describe the educational background, directly related work experience, and demonstrated performance record of key personnel. Prior to award, the contractor shall submit a list of personnel that will be working directly on this project. List shall include name, title, role in project and phone number Offeror Representations and Certifications - Commercial Items:The Contractor shall submit a completed original of the attached FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Available at https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179194 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. PRICING SCHEDULE:Please provide price quotes for the line items below in accordance with the above requirements. The offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. Base Year: Date of Award - September 30, 2010 (award expected in February 2010)1. Maintenance on four (4) hydraulic bollards located at the Washington Monument (2 sets of 2). 8 months at $________________per month 2. Maintenance of six (6) hydraulic bollards located at the Lincoln Memorial (2 sets of 3). 8 months at $________________per month 3. Maintenance on one (1) Xva portable barrier located at the Jefferson Memorial. 8 months at $________________per month 4. Service Calls: Regular Service (8:00am - 4:30pm) at $_________________per hourEmergency/Holiday Service (outside of regular hours) at $_________________per hour Option Year 1: October 1, 2010 - September 30, 20115. Maintenance on four (4) hydraulic bollards located at the Washington Monument (2 sets of 2). 12 months at $________________per month 6. Maintenance of six (6) hydraulic bollards located at the Lincoln Memorial (2 sets of 3). 12 months at $________________per month 7. Maintenance on one (1) Xva portable barrier located at the Jefferson Memorial. 12 months at $________________per month 8. Service Calls: Regular Service (8:00am - 4:30pm) at $_________________per hourEmergency/Holiday Service (outside of regular hours) at $_________________per hour Option Year 2: October 1, 2011 - September 30, 20129. Maintenance on four (4) hydraulic bollards located at the Washington Monument (2 sets of 2). 12 months at $________________per month 10. Maintenance of six (6) hydraulic bollards located at the Lincoln Memorial (2 sets of 3). 12 months at $________________per month 11. Maintenance on one (1) Xva portable barrier located at the Jefferson Memorial. 12 months at $________________per month 12. Service Calls: Regular Service (8:00am - 4:30pm) at $_________________per hourEmergency/Holiday Service (outside of regular hours) at $_________________per hour Option Year 3: October 1, 2012 - September 30, 201313. Maintenance on four (4) hydraulic bollards located at the Washington Monument (2 sets of 2). 12 months at $________________per month 14. Maintenance of six (6) hydraulic bollards located at the Lincoln Memorial (2 sets of 3). 12 months at $________________per month 15. Maintenance on one (1) Xva portable barrier located at the Jefferson Memorial. 12 months at $________________per month 16. Service Calls: Regular Service (8:00am - 4:30pm) at $_________________per hourEmergency/Holiday Service (outside of regular hours) at $_________________per hour Option Year 4: October 1, 2013 - September 30, 201417. Maintenance on four (4) hydraulic bollards located at the Washington Monument (2 sets of 2). 12 months at $________________per month 18. Maintenance of six (6) hydraulic bollards located at the Lincoln Memorial (2 sets of 3). 12 months at $________________per month 19. Maintenance on one (1) Xva portable barrier located at the Jefferson Memorial. 12 months at $________________per month 20. Service Calls: Regular Service (8:00am - 4:30pm) at $_________________per hourEmergency/Holiday Service (outside of regular hours) at $_________________per hour EVALUATION:Evaluation of Commercial Items will be in accordance with FAR 52.212-2. Offers 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 price 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 requirements. 2. Small Business Participation. 3. Price. 4. Past performance and experience of the contractor PAY CLOSE ATTENTION TO THE "OFFEROR SUBMITTALS" SECTION OF THIS SOLICITATION. SUBMIT ALL INFORMATION REQUESTED AS IT WILL BE USED FOR EVALUATION OF OFFERS. QUOTATION SUBMISSION REQUIREMENTS:All quotes shall be submitted as an email or original for receipt no later than 4:00 p.m., ET, February 16, 2010, and be clearly marked with Request for Quotation Number Q3400100039. Offerors are hereby notified that if your quotation is not received by the date, time and location specified in this request, it will be considered late. All offers should be sent to the National Park Service, National Mall and Memorial Parks, Office of Acquisition Management; Attn: Errick Hardy, Contract Specialist; Request for Quotation Number Q3400100039; 900 Ohio Drive SW, Washington, D.C. 20024-2000 or email errick_hardy@nps.gov. QUOTATIONS BY TELEPHONE OR FACSIMILE (FAX) WILL NOT BE ACCEPTED. The point of Contact for this requirement is Errick Hardy, Contract Specialist at (202) 245-4689, email errick_hardy@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3400100039/listing.html)
- Place of Performance
- Address: National Park Service, National Mall and Memorial Parks, Washington, D.C.
- Zip Code: 200242000
- Zip Code: 200242000
- Record
- SN02054392-W 20100203/100201234812-f19eea18a2f5540c5d27cf2c35db7d9f (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 |