MODIFICATION
J -- Historic Steam Locomotive Restoraton Mod 1
- Notice Date
- 8/11/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- Q1379100065
- Response Due
- 8/26/2010
- Archive Date
- 8/11/2011
- Point of Contact
- Joseph R. Gatlin Contracting Officer 3039692660 Joseph_Gatlin@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
- N/A
- Description
- This modification 0001 is to make corrections and clarifications to the Scope of Work and to provide information via questions and answers presented at the site visit of 08/10/2010. "Stencils/Stenciling: The Scope of Work states D&RGW stencils may be available from the Colorado RR Museum, as well as Curecanti National Recreation Area. Correction, Stenciling is NOT available from Curecanti National Recreation Area. Addition: The current lettering may be copied to create a stencil prior to the restoration. Stenciling should be for the period of time as stated in the Scope of Work. Contractors should state in their proposal, the type, size and placement of all signage. "For stenciling and all restoration work, the template for restoration is the train cars as they exist currently. The components as they are arranged now, should serve as the historic foundation template for restoration. "The glass or plexiglass in the cab shall be CLEAR, Shatterproof, and resistant to discoloration. "Rustoleum metal primer is stated in Appendix A, Section 6, subsection titled "Painting Metal." The word Rustoleum should be replaced with the words; "a rust inhibitive" metal primer. CURE HISTORIC LOCOMOTIVE RESTORATIONNational Park ServiceDenver Major Acquisitions Buying Office (MABO)Lakewood, Colorado 8022807/29/2010 Q1379100065 (1) GENERAL INFORMATIONThis is a combined synopsis/solicitation for commercial services prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. **** This announcement constitutes the only solicitation; quotations are hereby being requested and a separate written solicitation will not be issued. **** (2) AWARD INFORMATIONThe National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the responsible offeror whose quotation conforms to the solicitation, is fair and reasonably priced, and is determined to provide the best overall value to the Government, all factors considered. This request is for the restoration of Historic Locomotive # 278, and the option for the restoration of the Tender Tank car for #278. The locomotive and tender cars are located at Cimarron, Colorado near the visitor center complex. Cimarron is approximately 45 miles west of Gunnison, Colorado or 20 miles east of Montrose, Colorado, along US Highway 50 in Montrose County. (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (4) Solicitation #: Q1379100065. This solicitation is issued as a Request for Quote. (5) NAICS code: 488210; Small business size standard: $7.0M. The estimated magnitude of a resulting contract, based on this solicitation, ranges between $100,000 and $250,000. (6) CONTRACT LINE ITEMS Contract line item 0001: Cosmetic Restoration of Historic Locomotive # 278, Contract Line item 0002 (Option Item): Cosmetic Restoration of Historic Tender car. Note: If the option item is exercised, it will be exercised at the time of award for the locomotive restoration. (7) Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far. (8) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) Contractor provided information that responds to the non-price evaluation factors noted in paragraph 9 below; b) Price proposal for contract line items 1, and 2 as noted in paragraph 6 above; c) Completion of provision 52.212-3 as noted by paragraph 11 below;d) Past Performance references e) Prior Experience information f) Technical approachg) Management approachh) Acknowledgement of any solicitation amendments; (9) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. As stated in this provision, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers. a) Technical Capability of the offeror to provide the requested service. This determination will be made via responses from references provided by the offeror. (See section 19) b) Past Performance. Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Offeror's shall provide a list of five past contracts / projects, with a contact name and phone number, for contracts completed within the last ten years, which could be considered similar in nature. (See section 19)c) Prior Experience: is differentiated from "Past Performance" in that this is factual, documented, information about specific work the contractor has performed, which indicates their technical ability to accomplish the work. (See section 19)d) Technical approach: how the offeror proposes to complete the cosmetic restoration of the locomotive and tender cars. (See section 19)e) Management approach: how the offeror's company will approach, perform and complete this project. (See section 19) (10) 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 clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33.Other applicable clauses: 52.204-7, 52.211-11, 52.211-12, 52.211-16, 52.212-4, 52.217-5, 52.217-6, 52.217-7, 52.217-8, 52.217-9, 52.22-01, 52.222-03, 52.222-41, 52.222-44, 52.222-49, 52.223-5, 52.223-06, 52.223-10, 52.223-14, 52.228-01, 52.228-05, 52.228-16, 52.229-03, 52.232-23, 52.232-25, 52.233-01, 52.233-03, 52.237-4, 52.237-5, 52.242-15, 52.242-17, 52.243-01, 52.244-06, 52.246-4, 52.246-20, 52.249-01, 52.249-02, 52.249-04, 52.249-08, 52.252-04, DIAPR 2010 (11) ORCA REGISTRATIONOfferors shall be registered via "ORCA" at https://orca.bpn.gov/login.aspx or complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. If registered in ORCA, the offeror must provide their DUNS number in their quotation offering, in lieu of a hard copy of the Reps and Certs. (12) CCR REGISTRATIONAll offerors wishing to be considered for this solicitation must be registered in the Central Contractor Registration (CCR) database prior to the approximate date of award (09/03/2010). Registration in the CCR database may be completed via www.ccr.gov, and takes approximately seven (7) days for completion. (13) CONTRACT DESCRIPTIONThe work consists of the cosmetic restoration of a Historic Steam Locomotive and optional cosmetic restoration of the Locomotive's Tender/Tank Car.) See Scope of Work provided at the bottom of this solicitation announcement. (14) DELIVERY SCHEDULE and CONTRACT PERIODThe awarded offeror will be expected to provide the services requested within 270 days of Notice to Proceed, or as may be coordinated sooner, or as otherwise arranged with the Contracting Officer. The Contracting Officer or a Contracting Officer's Representative shall coordinate with the awarded offeror for a date and time to begin the requested services. (15) LOCATIONCimarron, Colorado is approximately 45 miles west of Gunnison, Colorado or 20 miles east of Montrose, Colorado, along US Highway 50 in Montrose County (16) PARK REQUIREMENTSThe contractor shall determine and adhere to road way use regulations for all roads between the point of origin and the delivery site, and responsible for any applicable permits.The contractor shall adhere to all park requirements, rules, regulations, and posted speed limits within all park boundaries. (17) SUBMITTALSThe awarded contractor will be required to provide the following for review and approval:-Project Schedule (initial submission with quotation)-Moving and Transportation Plan (initial submission with quotation)-Report A - Damages assessment (submit before work begins)-Report B - condition assessment-Report C - Report of progress / 50%-Report D - Report of progress / 95%-Payment and Performance Bonds-SF 1413 and Insurance Certificate for prime and all subs. I.31452.228-70LIABILITY INSURANCE - DEPARTMENT OF INTERIORJULY 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: -(i) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy. Employer's liability coverage of at least $100,000 is required.-(ii) General liability: $500,000 each occurrence-(iii) Automobile liability. The contractor is required to obtain automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage.-(iv) The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. -(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. (18) MEASUREMENT AND PAYMENTThe measurement for payment shall be for the actual services quoted as a firm fixed price, for the items requested in section 6 above. Payment will be made at the contracted prices. Payment shall be made via Electronic Funds Transfer to the vendor's bank of record, as indicated in the vendor's current Central Contractor Registration. Payments are anticipated as follows: -25% upon submission of Report B-25% upon submission of Report C-40% upon reinstallation of display at Cimarron site. -10% (Final) upon completion of punch list and acceptance of work. (19) QUOTE SUBMISSIONIn order to be effectively and equitably evaluated, all offerors must include information sufficiently detailed to clearly describe the offeror's experience, past performance, technical approach and management plan. Offerors are required to submit a quotation made up of Technical/Quality information, and an individual price quotation for each contract line item. Offerors shall submit their quotations to Joseph Gatlin, National Park Service, 12795 W. Alameda Parkway, Lakewood Colorado, 80228. All quote packages shall be marked "LOCOMOTIVE # 278 RESTORATION." Quotes shall be submitted to insure receipt by 4:00 pm local time, Lakewood, Colorado, Thursday. August 26, 2010The anticipated award date is on or about Tuesday, September 14, 2010. All quotation materials shall be submitted in binders with a table of contents and tabbed section dividers. Volume I shall be submitted in original and two copies. Volume II shall be submitted in original only and shall be placed in a separate envelope. Volume I:Tab A- Past ExperienceTab B- Past PerformanceTab C-Technical approachTab D-Management approach Tab A - ExperienceProvide descriptions of a minimum of two and a maximum of five projects that your firm has performed in the last ten years which are similar to this project in size, scope and dollar value. Work must be self-performed to be considered for experience. Tab B - Past PerformanceProvide a minimum of two and a maximum of five references for each project submitted for past experience. Reference information should include project name, location, owner's name, points of contact, email and telephone numbers for each reference provided. Failure to provide reference contacts and contact information will be considered non-responsive to this requirement. Tab C- Technical approachDescribe in detail how the offeror proposes to complete the cosmetic restoration of the locomotive and tender cars. Tab D - Management approachSubmit a narrative summary describing how the offeror's company will approach, perform and complete this project. The approach should include details on how the steps and requirements of restoration will be completed, including Quality Control/Assurance, safety, accident prevention, meeting delivery schedules, and the management and coordination of any subcontractors. Provide a project schedule demonstrating the activities and their associated timelines from the Notice to Proceed through project completion. The required performance period is 270 days. Volume II (Sealed Envelope) Price information Quote packages must also include the following:-ORCA information, or a statement indicating ORCA registration via ORCA web site,-Offeror's DUNS (Dunn & Bradstreet) number-Large Businesses shall submit a Subcontracting Plan in accordance with FAR clauses 52.219-8 and 52.219-9. (20) EVALUATION FACTORS FOR AWARD DECISIONThe award of the contract will be determined upon the following factors:-Price-Past Performance ratings, as determined via information provided from the offeror provided contacts. -Technical approach - capability of offeror to provide the requested services, as determined via information provided from the offeror provided contacts.-Management approach All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. All submitted information will be evaluated for acceptability in accordance with FAR clauses 52.219-8 and 52.219-9. A Source Selection Evaluation Board will evaluate the proposals. The evaluations will be conducted by the Evaluation Board in strict confidence, in that non-price information will be reviewed and rated without knowledge of the price offered. The evaluation process consists of: -proposal compliance review - review to ensure all required forms and certifications are complete and that both a technical and price proposal are received. -Technical/Quality Evaluation - rating of quotations against the solicitation requirements for quotations that pass the first review. Factors will be rated using an adjectival-based system-Price Evaluation- Evaluation of price quotations independent of the technical/quality evaluation. -Trade off analysis- Review of the advantages and disadvantages of the technical proposals and compare prices. Before considering all factors to select the offer determined the most advantageous to the Government. (21) APPLICABLE WAGE DETERMINATION Service Contract Act Wage determinations for the area of service will be applicable for this contract. If the locomotive and/or tender cars are transported to an area outside of Montrose County, the wage determination for the county and state where the restoration work is completed will be applicable. If restoration work is conducted in multiple counties, a wage determination will be applicable for the work performed in each particular county. Offerors must provide in their quotation, information stating the areas where work will take place. The most current wage determination at the time of award will be provided by the Contracting Officer and will remain in effect throughout the contract performance period. For Montrose County Colorado, Service Contract Act Wage Determination No. 2005-2083, Revision No. 10, Revision date of 06/15/2010, is applicable at the time of this solicitation for this contract. All offeror's submitted quotations shall include incorporation of this wage determination. Wage determinations may be found and accessed at http://www.wdol.gov. (22) SITE VISIT:An organized single site visit will be held on August 10, 2010 at 11 AM, at the current site location in Cimarron, Colorado. Only limited access to the train will be available during the site visit, due to safety concerns. Any subsequent site visits will require Contracting Officer approval by request via the information in section 23 below. Access to areas of the train that will be accessible at the original site visit will not be accessible at any subsequent visits. Outside of any scheduled or arranged site visits, public access is not available. (23) CONTACT INFORMATIONFor information regarding this solicitation contact: Joseph Gatlin, Contracting Officer, at joseph_gatlin@nps.gov. (24) BONDSPayment Bonds are required for this contract in an amount equal to 100% of the contract price. Performance Bonds are required for this contract in an amount equal to 100% of the contract price. Bid Bonds are waived for this contract per FAR 28.101-1(c) and will not be required. Waiver on file from office C.O.C. (25) LIQUIDATED DAMAGESLiquidated damages will be applicable for this project as stated in the following FAR Clause. 52.211-12 Liquidated Damages LIQUIDATED DAMAGES (SEPT 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $186.00 for each calendar day of delay until the work is completed or accepted. (b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause (26) SET - ASIDEThis solicitation and any resulting award based on this solicitation are open to all responsible offerors. (27) SCOPE OF WORK Due to limited and insufficient space availability, the Scope of Work could not be included in this announcement. Interested parties may request a copy of the Scope of Work, via email, to Joseph R. Gatlin, at joseph_gatlin@nps.gov. Please note in the subject line, "LOCOMOTIVE # 278 RESTORATION" Scope request. End.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1379100065/listing.html)
- Place of Performance
- Address: Curecanti National Recreation AreaMontrose County, Colorado
- Zip Code: 812309304
- Zip Code: 812309304
- Record
- SN02236538-W 20100813/100811235101-1a3bb18f0e14406f6f58e6af5316b791 (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 |