Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2012 FBO #3702
SOLICITATION NOTICE

54 -- Portable Outdoor Stage

Notice Date
1/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWRO - Midwest Regional Office National Park Service601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
P12PS10518
 
Response Due
11/18/2012
 
Archive Date
1/10/2013
 
Point of Contact
Nicholas M Murray Contract specialist 4026611698 Nicholas_m_murray@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 Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items, and with format in Subpart 12.6. As supplemented with additional information include in the notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is P12PS10518, and is being used as a request for quote (RFQ). This is a small business set aside, NAICS Code 337215 applies. Responses to this notice shall be provided in writing via e-mail to Nicholas Murray (nicholas_m_murray@nps.gov) no later than 12:30 PM CST on 18 Jan 2012. The following FAR clauses and provisions apply to this solicitation which can be accessed at www.farsite.hill.af.mil, and are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition;A. Offerors will be required to submit the following for each evaluation factor: 1. Past Performance - Offer shall provide at least one example of a previously completed project/contract that is of the same magnitude and complexity of the services requested in the Statement of Work. In addition, offeror are instructed to provide name of at least (1) reference in relation to the project listed in the previous sentence to include name, phone, address, and email if available. 2. Price - Offerors shall provide a quote IAW the Scope of Work. FAR 52.212-2, Evaluations-Commercial Items; Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) past performance and (2) price. The factors are listed in descending order of importance. When combined, the technical evaluation factor and past performance factor are significantly more important than price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-4 Addendum, Contract Terms and Conditions - Commercial Items ; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.204-7, Central Contractor Registration; SCOPE OF WORKIndependently, and not as an agent of the government, the contractor shall provide the National Park Service with all labor, supplies, materials, facilities and delivery (except as provided herein), necessary to produce a 28'x32' with the ability to be expanded to a 28'x40" portable, outdoor stage. Specifically, the contractor shall provide: A.) Decking - non-skid decking panels, weather resistant, with hardware to form at least a 28'x32' area.B.) Legs - enough leg units, including all hardware, to elevate assembled stage at least 24".C.) Stair units - 1 or 2 stairways with 2 steps and handrails. Will consider carpet on stairs.D.) Stage skirting - enough stage skirting for 3 sides, color preference black but would consider other suitable colors. E.) Portable storage carts - enough for storage of panels.F.) Warranty - that covers all hardware for at least 3 years.G.) Itemized quote - that includes the shipping of the stage and all component parts to Homestead National Monument of America. H.) Delivery- Delivery date is no later than April 1, 2012 I.) Shipping to be included in quote, ship items to Homestead National Monument of America, Attn: Sue Bruns, 8523 West State Highway4, Beatrice, NE, 68310-6743. J.) Rental Option - Option to rent additional platform sections to expand the size of the stage to 28'x40" for larger performances and additional back and top pieces to produce better sound quality for musical performances. Rental period will take place initially 05/18/2012 to 06/18/2012K.) Training Session - One live training session on assembly and disassembly of the stage system, using the newly purchased stage.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS10518/listing.html)
 
Place of Performance
Address: Home Stead national Monument of America8523 West State Highway 4Beatrice, NE 68310-6743
Zip Code: 683106743
 
Record
SN02652781-W 20120113/120111234911-71f9c9d5a42151ac7acf9f87633d3617 (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.