SOLICITATION NOTICE
J -- Repair of Fort Caroline National Monument' s Floating Dock
- Notice Date
- 10/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- SER - Everglades National Park Contracting & Property Management40001 State Road 9336, Ph: (305)242-7790 Homestead FL 33034
- ZIP Code
- 33034
- Solicitation Number
- E12PS10
- Response Due
- 11/2/2011
- Archive Date
- 10/25/2012
- Point of Contact
- John LaCoste Maintenance Worker Supervisor 9045457724 john_lacoste@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 Combined Synopsis/Solicitation serves as the Only announcement and RFQ. This is a combined Synopsis/Solicitation for commercial service 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; quotes are being requested. A written solicitation will not be issued. This solicitation is being issued as RFQ # E12PS10334A The U.S. Department of the Interior, National Park Service, Timucuan National Preserve, located in Jacksonville, Florida, has a requirement for the repair of the floating dock. The Government intends to award a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Services. Please email all questions to John_LaCoste@nps.gov no later than 31 OCT 2011. All proposals or quotes must be submitted via mail or email no later than 4:00 PM EST, 02 NOV 2011.The address to submit proposals via mail is: Anita DavisContract OfficerEverglades National Park/NPS 40001 SR 9336Homestead, FL 33034 The preferred method is to submit proposals electronically to: Anita_Davis@nps.gov The FOB point will be Destination. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the contractor and included as a separate line item. The total price should include all shipping cost.The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price. FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.212-04, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all three of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/. Justification: After examination, a marine engineering firm has determined that the floating dock is not suitable for the exposed marine location. The floating portion is subject to severe movement during high wind and wakes from marine traffic. This torque action has resulted in bolts becoming loose and undermining the dock structure. The unsteady dock exposes park visitors to potential slips, trips, pinch hazards, and falls. Statement of Work: 1. Remove and replace all 16 tie-rods connecting inboard and outboard whalers on the remaining 40' of floating dock using 304 stainless steel hardware. 2. Remove seven (7) deteriorated galvanized internal pile guides for 14" square concrete piles. Fabricate and install seven (7) 304 stainless steel internal piles guides. 3. Fabricate and install two (2) 304 stainless steel external pile guides for 14" square concrete piles. 4. Replace any damaged or missing whalers, fender boards, cleats etc., (Materials for this item will be provided by the National Park Service). Contacts:David Foley, Project Leader (904) 545-8221 John LaCoste, FOCA Maintenance Supervisor (904) 545-7724
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E12PS10/listing.html)
- Place of Performance
- Address: Fort Caroline National Monument, 12713 Ft. Caroline Road, Jacksonville, Florida 32225
- Zip Code: 32225
- Zip Code: 32225
- Record
- SN02613408-W 20111028/111026234425-7f7baed94950dd9b89f1f9d2f9c7348e (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 |