SOLICITATION NOTICE
55 -- Boardwalk Lumber for Yellowstone National Park, Wyoming 82190
- Notice Date
- 8/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q157411A077
- Response Due
- 8/17/2011
- Archive Date
- 8/7/2012
- Point of Contact
- Stacy L. Vallie Contracting Officer 3073442076 stacy_vallie@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 the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q57411A077. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-53. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 321113 and the small business size standard is 500 employees. QUOTES ARE DUE for this combined synopsis/solicitation on August 17, 2011, at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to stacy_vallie@nps.gov. All quotes from small business will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please. Yellowstone National Park requires lumber for use in building and repairing boardwalks. Following is a description of the requirements: 1)48642 x 6 x 6 ftDoug Fir, No. 2 or better, S4S, untreated2) 2562 x 6 x 8 ftDoug Fir, No. 2 or better, S4S, untreated3) 2562 x 6 x 10 ftDoug Fir, No. 2 or better, S4S, untreated4) 5122 x 6 x 12 ftDoug Fir, No. 2 or better, S4S, untreated5) 4554 x 4 x 12 ftDoug Fir, No. 2 or better, S4S, pressure treated; in contact with the ground6) 2562 x 6 x12 ftDoug Fir, No. 2 or better, S4S, pressure treated; in contact with the ground7) 3644 x 4 x 6 ftDoug Fir, No. 2 or better, S4S, pressure treated; in contact with the ground Doug fir shall be S4S, free from warpage, rot and other imperfections that impair strength and durability. Moisture content of lumber after treatment shall meet treatment preservative requirements. Lumber grades as per Western Wood Products Association (WWPA). All lumber shall be pressure treated as per the American Wood Preservers Association (AWPA). All lumber shall be pressure treated as designated above (items 5-7). Designations include whether the wood will be in contact with the ground. Treatment requirements and retentions vary per the preservative used. For example, not in contact with the ground equates to.25 pcf ACQ and.1 pcf CA-B and in contact with the ground equates to.4pcf ACQ and.21 pcf CA-B. Waterborne preservatives with hybrid carriers shall be used to reduce corrosiveness. Preservatives allowed include ACZA, ACQ-C, ACQ-D, MCQ or CA-B. Incising is allowed to meet retention requirements. All lumber shall be cut to length prior to treatment. Certificates of treatment and grade shall be furnished on all materials. Pricing shall include delivery to Mammoth Hot Springs, Wyoming 82190, and shall be made no later than September 30, 2011. Lumber shall be banded in lots not to exceed 6000 pounds each. Solicitation #:Q1574110077Quotes due:August 17, 2011, by 4:30 PM Mountain Daylight time Submit to:stacy_vallie@nps.gov or fax to 307-344-2079 Date:______________________Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offerer Name: ________________________________________ *Quoted price should include delivery to the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park, Wyoming 82190. Delivery required on or before September 30, 2011. Line Item 1: 1) 2 x 6 x 6 ft Doug Fir, No. 2 or better, S4S, untreatedUnit Price: $________ Price for 4864 units $___________ 2) 2 x 6 x 8 ft Doug Fir, No. 2 or better, S4S, untreatedUnit Price: $________ Price for 256 units $___________ 3) 2 x 6 x 10 ft Doug Fir, No. 2 or better, S4S, untreatedUnit Price: $________ Price for 256 units $___________ 4) 2 x 6 x 12 ft Doug Fir, No. 2 or better, S4S, untreatedUnit Price: $________ Price for 512 units $___________ 5) 4 x 4 x 12 ft Doug Fir, No. 2 or better, S4S, pressure treatedUnit Price: $________ Price for 455 units $___________ 6) 2 x 6 x12 ft Doug Fir, No. 2 or better, S4S, pressure treatedUnit Price: $________ Price for 256 units $___________ 7) 4 x 4 x 6 ft Doug Fir, No. 2 or better, S4S, pressure treatedUnit Price: $________ Price for 364 units $___________ TOTAL PRICE: $_ _________ (including delivery) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-53. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 52.212-2 EVALUATION-COMMERCIAL ITEMS - (a) The Government shall 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: (i) Technical capability of the item(s) being offered to meet the Government requirement and (ii) Price in order of relative importance. Clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 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: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-50, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.233-3, 52.233-4 Clause 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q157411A077/listing.html)
- Place of Performance
- Address: Yellowstone National Park, Wyoming
- Zip Code: 821900168
- Zip Code: 821900168
- Record
- SN02524971-W 20110810/110808234743-600718326e358998a894fc79d0025e07 (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 |