Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

99 -- New handmade Cushwa Brick and brick pier caps

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
WASO - HPTC - Historic Preservation Training Center Gambrill House4806 A Urbana Pike Frederick MD 21704
 
ZIP Code
21704
 
Solicitation Number
P11PSW0862
 
Response Due
8/29/2011
 
Archive Date
8/7/2012
 
Point of Contact
Sheila Rushlow Contract Specialist 3016638206103 sheila_rushlow@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. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number P11PSW0862 is issued as a Request for Proposal (RFP) for the purchase and delivery of 11,000 new handmade Cushwa Brick and 120 new Cushwa brick pier caps. 11,000 new handmade Cushwa shall match the Government-Furnished sample brick in surface texture, density and color with dimensions of 8 'L x 2 'H x 3 7/8' W. No alternate size will be considered. The surface color shall be a blend of three standard colors. The ratio shall be 45% Number 107 Regency, 50% Number 103 Georgian and 5% Number 202 Hartford. The surface texture, color and density shall match as close as possible to the Government-Furnished historic brick sample. The Contractor shall forward a sample for National Park Service review and approval prior to final production. 120 new handmade brick caps shall have dimensions specified in the sketch labeled Attachment A entitled 'Cushwa Brick Pier Cap' available for download at: http://www.nps.gov/training/hptc/Administrative.htm. No alternate size will be considered. Surface colors shall be: 105 of #107 Regency and 105 of #103 Georgia. The Contractor shall delivery all material to Raleigh National Cemetery, 501 Rock Quarry Road, Raleigh, North Carolina on or before November 29, 2011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-53. The North American Industry Classification System (NAICS) is 327121. The Solicitation is a total Small Business Set-Aside, Size Standard 500 Employees. Pricing shall be provided in the following format: Quantity: 11,000 handmade brick at $_________ per unit cost for a total cost of $_________________; 210 pier brick caps $_________ per unit cost for a total cost of $____________; and delivery 1 Job $__________________. The total firm-fixed price for the job is: $_________________. The following provisions and clauses are applicable to this acquisition and are available at http://acquisiton.gov/far/index.html, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development (Sep 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in the contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $3,465 per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default-Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without fault or negligence of the Contractor as defined in the Default-Fixed Price Supply and Service clause in the contract. FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). The following evaluation criteria will be used to evaluate proposal submission: (1) Confirmation, in writing from Redland/Cushwa of their ability to meet the delivery date of November 29, 2011 and written confirmation of your understanding of the consequences of failure to meet the delivery date based on the Liquidated damages clause; (2) The Contractor shall provide the Government with a written Cushwa specification for the brick and brick caps. The evaluation criteria are listed in descending order of importance. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Technical quality is significantly more important that cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Proposals shall be submitted in an original and two copies by no later than 12:00 p.m. on August 29, 2011 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Proposals shall include the following information: Technical Information: (1) Confirmation, in writing from Redland/Cushwa of their ability to meet the delivery date of November 29, 2011 and written confirmation of your understanding of the consequences of failure to meet the delivery date based on the Liquidated damages clause; (2) The Contractor shall provide the Government with a written Redland/Cushwa specification for the brick and brick caps.Business Management Cost Proposal: (1) Individual descriptions of materials with unit price and total prices for each identified material. (2) Completed copy of FAR 212.-3, Offeror Representations and Certifications-Commerical Items. (3) Originally signed copy of Standard Form 1449 downloadable through https://www.acquisiton.gov/comp/far/index.html, HTML Format, Part 53 - Forms, SF1449 Solicitation/Contract/Order For Commercial Items. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60-days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before September 13, 2011. The point of contact for inquiries and clarification is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PSW0862/listing.html)
 
Place of Performance
Address: Raleigh, North Carolina
Zip Code: 26710
 
Record
SN02525806-W 20110810/110808235538-73acc88b619b4bed10c126f12f072e6b (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.