Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2010 FBO #3144
SOLICITATION NOTICE

83 -- Procurement of three new oriental rugs for Weir Farm National Historic Site located in Wilton, Connecticut.

Notice Date
7/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
HFC - Acquisition Management National Park ServiceHarpers Ferry Center230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
Q1106100248
 
Response Due
7/16/2010
 
Archive Date
7/2/2011
 
Point of Contact
Pamela Blaylock Purchasing Agent 3045356238 pamela_blaylock@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement along with Request for Quotations (RFQ) Number Q1106100248 constitutes the entire solicitation. Proposals, including references, photographs of similar projects and firm-fixed price quotations with detailed breakdown are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. This acquisition is a total small business set-aside. Responses are due on or before July 16, 2010.. The North American Industry Classification System (NAICS) code is 314110 and the related small business size standard is 500 employees or less. The National Park Service requires all labor, supplies, materials, facilities, and delivery (except as provided herein) necessary for providing three oriental rugs for Weir Farm National Historic Site located at 75 Nod Hill Road, Wilton, Connecticut 06897. Due to space limitations, the complete commercial item specifications are contained in RFQ Number Q1106100248. Interested Contractors should download this document. 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. Conservation shall be completed by January 31, 2011. 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; 52.212-2, Evaluation - 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: (a). Experience and background of firm, please provide at least three references including points of contact information for projects similar to this one - 35 points (b). Please provide photographs of similar carpets provided on other projects, naming the project and providing the dates of completion - 35 points; (c). Ability to meet project deadlines, please provide pertinent information attesting to your firm's ability to meet project deadlines - 30 points. 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. All proposal information and quotation shall be submitted in an original and one copy for receipt no later than 4:00 p.m., EST, July 16, 2010, and be clearly marked with Request for Quotation Number Q1106100248. This due date is firm. 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 by regular U.S. Postal Service to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Pamela Blaylock, Contracting Officer; Request For Quotations Number Q1105100248; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. The overnight or courier address is National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Pamela Blaylock, Contracting Officer; Request for Quotations Number Q1106100248; 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425. Offers by telephone, transmitted facsimile (fax) or email will not be accepted. All offerors shall submit: 1. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. 2. Originally signed copy of Standard Form 18- attached to this announcement. The Point of Contact for this requirement is Pamela Blaylock, Contracting Officer, at (304) 535-6238, email pamela_blaylock@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1106100248/listing.html)
 
Place of Performance
Address: Shipping to Charles Town, West Virginia
Zip Code: 25414
 
Record
SN02195370-W 20100704/100702234302-8ebc77d7442a5903096b8eb69a039058 (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.