SOLICITATION NOTICE
56 -- Purchase of components to improve existing greenhouse; North Cascades NPS Complex; Marblemount WA
- Notice Date
- 10/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- PWR - NOCA - North Cascades NPS Complex 810 State Route 20 Sedro-Woolley WA 98284
- ZIP Code
- 98284
- Solicitation Number
- P12PS20299
- Response Due
- 11/4/2011
- Archive Date
- 10/23/2012
- Point of Contact
- Sarah J. Welch Contract Specialist 3608547220 Sarah_welch@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 constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-53. This action is set-aside for small businesses, NAICS 326199 (All Other Plastics Product Manufacturing), with a small business size standard of 500 employees. Note that non-manufacturer small businesses (<500 employees) must offer the products of small business manufacturers to qualify for the set-aside unless the non-manufacturer rule has been waived by the Small Business Administration (list is at http://www.sba.gov/content/class-waivers). The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total quote is the most advantageous for the Government, price and other factors considered. We reserve the right to cancel this Request for Quotations. This Request for Quotation has been made available electronically to comply with the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), that requires contracting officers to disseminate information on proposed contract actions for proposed contract actions expected to exceed $15,000, but not expected to exceed $25,000, by displaying in a public place, or by any appropriate electronic means. This method complies with the public posting requirement to promote competition to the maximum extent practical. BACKGROUND: North Cascades National Park (NPS) plans to make capital improvements to the native plant nursery and greenhouse in Marblemount, WA. The building is used year-round to propagate native plants for restoration and other projects. Typical weather conditions can be viewed at www.magic-mountain.net/wytd.htm. This project entails purchasing components for NPS to install during winter 2011. OBJECTIVES: Increase overall energy efficiency by replacing older energy-consuming appliances and increasing building insulation; improve air circulation, propagation infrastructure, and cooling and heating systems; and replace worn components. BUILDING: The greenhouse is a 24' X 72' Nexus Vail, constructed in the mid-1990s. Most components are original; those to be replaced are listed below. Suppliers may make suggestions for equivalent and/or additional components, which will be considered and evaluated as options. Photos of existing greenhouse components are available on request - send an e-mail to sarah_welch@nps.gov. PRODUCTS: Suppliers are encouraged to suggest products and creative solutions to meet the objectives stated above. If there is more than one way to meet the objectives, you may submit alternate quotes or list options within a single quote. Include manufacturer and model, cut sheets, warranty information, and website link for each component, as well as statement(s) of pros and cons for alternate solutions, if appropriate. Quoters proposing an equivalent product to those listed represent that they have investigated the proposed item(s) and determined that it is equal or superior in all respects to that specified; will provide the same warranties for the proposed item as for the item specified; and have determined that the proposed item is compatible with interfacing items. 1.1 GREENHOUSE COVERING to increase R-value of greenhouse structure: Replace all existing Polygal 8mm twinwall polycarbonate on roof, gable ends, and sidewalls; need sufficient material to replace entire skin. Quote should include the necessary fasteners, spacer blocks, silicone, foil, vent tapes, gasket for roof bar cap, etc. Provide a list of accessories that will be included for a complete installation. NPS' best value determination for this item will consider ease of installation, expected R-value, price of covering system, and warranty. 1.2 COOLING SYSTEM improvements - replace existing components listed below with higher energy efficiency makes and models. Wall-mounted items must fit in existing openings.Acme DCA 36F 1-speed wall-mounted fan, 115v single phase 1/3 hp Acme DCA 26F 2-speed wall-mounted fan, 115v single phase 1/3 hp Motorized inlet shutters (WAAC 4040), 7 each25' Gro-Cool System evaporative cooling system with pump and sump, 36" x 24', with twenty four (24) evaporative cooling pads (4? x 12? x 36?, with coating on one side) 1.3 HEATING SYSTEM improvements - replace existing heater listed below to improve energy efficiency. Suggested replacement must be of similar size as existing and compatible with existing piping and appurtenances.Modine PAE 250 LP with stainless steel heat exchanger unit (propane). 1.4 AIR CIRCULATION improvements - add these components or equivalent products:Schaefer 12" horizontal air flow fans, 4 eachAcme Fan Jet RC24F 1/3 hp with motorized inlet shutter, 24" convection tubing, support wire package, tube hangers and snap rings. 1.5 PROPAGATION EQUIPMENT improvements - add these components or equivalent products:Electronic Leaf misters without mercury switches, 4 eachHeat cables, 140', 8 eachThermostats to control heat cables, 4 eachPate L-12 nozzles, 2-part brass with leather washer, 48 each 1.6 LIGHTING improvements - replace existing original fixtures listed below to improve energy efficiency and brightness:Ten (10) fluorescent light fixtures, with two 4' bulbs each and wall switches. DELIVERY: Materials shall be delivered undamaged, with identifying labels intact and legible. NPS has a forklift for unloading materials from a standard truck. Delivery address is 7280 Ranger Station Road, Marblemount WA 98267. INSTALLATION CONSULTATION: Supplier must be willing and able to assist NPS with installation, by providing up to six hours of construction consultation by phone and/or e-mail at no additional charge. INSPECTION, ACCEPTANCE, AND PAYMENTNPS will inspect and accept the materials at the delivery site. Payment will be by electronic funds transfer to the bank account identified in the vendor's CCR record. Terms are net 30 days, unless a prompt payment discount is offered and accepted. PRICE SCHEDULESubmit price quote for all items, as described above, noting any discounts or special pricing. Include detailed list of components and accessories included with each item, priced separately. Item 1: Greenhouse coveringItem 2: Cooling system componentsItem 3: Heating system componentsItem 4: Air circulation componentsItem 5: Propagation equipmentItem 6: Light fixturesItem 7: Delivery. If this item exceeds $250, NPS may issue a government bill of lading instead. Include pick-up address (all items must be picked up from same location); number, dimensions, and weight of palletized materials. EVALUATION FACTORSOffers received by the Government will be evaluated according to the following criteria and using the Simplified Acquisition Procedures in FAR Part 13. NPS will select the single offer that represents the best overall value to the government, which may include options or creative solutions suggested by quoters. We may select other than the lowest-priced quote if the offered components best meet our objectives and are still within our budget. Refer to FAR clause 52.212-2. 1)PRICE. 2)TECHNICAL: How well the products match the stated requirements, including meeting stated objectives. 3)PAST PERFORMANCE: Past performance records of the offering vendor, including whether they are reasonable, cooperative, and committed to customer satisfaction. PREPARING AND SUBMITTING YOUR QUOTEOffers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum Items 1 through 10, listed below. Note that incomplete quotes may be found technically unacceptable and disqualified from further consideration, particularly if the offeror does not include Items 7 and 8, and the government is therefore unable to perform a meaningful evaluation of the offered products. 1)Completed price schedule; 2)Prompt payment and warranty terms; 3)Contractor remittance address and DUNS number; 4)Name, phone number, e-mail, and mailing address of your point of contact; 5)A statement that CCR and ORCA are complete and current; 6)Signature of official authorized to bind your organization; 7)Manufacturer and model, cut sheets, warranty information, and website link for each component; 8)Statement(s) of pros and cons for alternate solutions, if appropriate; 9)Approximate delivery date (expressed as number of days after receipt of order); and 10)References for offering vendor. Scan and submit your quote by e-mail (preferred) to sarah_welch@nps.gov or on paper by fax to 360-856-1934 (Attn: Sarah Welch) or to U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 810 State Route 20, Sedro-Woolley WA 98284. The deadline for receipt of quotes is November 4, 2011, at 4:30 pm. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov (search for P12PS20299). Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is your responsibility to monitor the website. Questions regarding this solicitation must be submitted in writing to sarah_welch@nps.gov. Answers will be provided in writing to the requester (if the answer is within the RFQ already) or provided in amendment(s) to the solicitation. Prior to submission of an offer, the offeror must:1. Maintain a current profile in the Central Contractor Registration database (www.bpn.gov/ccr); and2. Have completed the online submission of annual representations and certifications (ORCA) (https://orca.bpn.gov/). CLAUSESOfferors must review and comply with the FAR provisions/clauses listed below, which will be incorporated into the resulting purchase order. These clauses can be viewed at www.acquisition.gov/far. 1)FAR 52.212-1, Instructions to Offerors - Commercial Items; 2)FAR 52.212-2, Evaluation - Commercial Items; 3)FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 4)FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 5)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with all paragraph (a) clauses incorporated; paragraph (b) clauses indicated by number 4, 6, 11, 21, 24, 25, 26, 27, 28, 29, 34, 36, 37, 40, 45, 47; and paragraph (e) clauses incorporated as applicable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS20299/listing.html)
- Place of Performance
- Address: deliver to Marblemount WA
- Zip Code: 98267
- Zip Code: 98267
- Record
- SN02611695-W 20111026/111024233915-3cd675bb5bc9b25ab38f69389ef197ad (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 |