Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2010 FBO #3273
SOLICITATION NOTICE

99 -- Fabrication of Signs for Theodore Roosevelt National Park

Notice Date
11/8/2010
 
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
Q1105110001
 
Response Due
11/29/2010
 
Archive Date
11/8/2011
 
Point of Contact
Melody L. Wolfe Contract Specialist 3045356495 melody_wolfe@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 Quotation Number Q1105110001 constitutes the entire solicitation. Technical data, warranty, and price quotations are being requested. The National Park Service has a requirement for the fabrication and installation of signage for Theodore Roosevelt National Park, Medora, North Dakota. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This acquisition is a total small business set-aside. Responses are due on or before November 29, 2010. Award will be made on or before December 14, 2010. The North American Industry Classification System (NAICS) code is 339950 and the related small business size standard is 500 employees. Due to space limitations, the complete commercial item specifications are contained in Request for Quotation Number Q1105110001. Interested contractors should download the Request for Quotation. 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. All wayside exhibit panels shall be shipped FOB - Destination. Offerors should submit the following: 1. Three references for contracts that are similar in size, complexity and nature to this work that you have completed within the past three years;2. Evidence of technical capability to produce and install the signs required by this contract, and a description of the warranty;3. Key Personnel. Of particular interest are resumes for the Project Manager and the Installation Supervisor;4. Completed Attachment D, copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, if not registered in the Online Representations and Certifications Application (ORCA) database; and 5. Completed Attachment G, Contract Pricing Form. Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the best 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: Evaluation criteria are listed in descending order of importance, and will be rated as either acceptable or unacceptable. 1. Past Performance.Evaluation will be based on an acceptable or unacceptable past performance evaluation from the references provided, and any other performance known to the government. 2. Technical Capability and Warranty. Evaluation will be based on the evidence provided of the contractor's ability to produce and install the signs as required by this contract, along with the warranty in terms of length, terms and conditions for the signs. 3. Key Personnel. Evaluation will be based on the qualifications, education, knowledge, and work experience of all personnel, including subcontractors, proposed for use under the contract. Special emphasis will be placed on the experience and training of the Project Manager and Installation Supervisor. Award Criteria: The evaluation criteria are listed in the order of importance. The first two criteria are equal. 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 should be submitted in an original and one copy for receipt no later than 4:00 p.m., EST, November 29, 2010, and must be clearly marked with Request for Quotation Number Q1105110001. Offerors are hereby notified that if your offer is not received by the date and time and at the location specified in this announcement that it will be considered late in accordance with FAR Part 52.212.1(f). All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention: Melody Wolfe, Contract Specialist; Request for Quotation Q1105110001; P.O. Box 50; 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425-0050 or via e-mail at melody_wolfe@nps.gov. Proposals by telephone transmitted facsimile (fax) or electronic mail will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1105110001/listing.html)
 
Place of Performance
Address: Medora, North Dakota
Zip Code: 58645
 
Record
SN02324303-W 20101110/101108234223-54ed3787b1cac54abcd7331034d7d66c (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.