Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOLICITATION NOTICE

L -- To provide Landing Craft and services to transport heavy equipment, supplies and materials for Apostle Islands National Lakeshore

Notice Date
2/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
 
ZIP Code
44067
 
Solicitation Number
P12PS22270
 
Response Due
3/9/2012
 
Archive Date
2/12/2013
 
Point of Contact
Katherine Bernard Contract Specialist 3304682500301 Katherine_Bernard@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 a commercial item being procured in accordance with the format in Subpart 12.6, and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is the solicitation number P12PS22270 and is issued as a request for quote (RFQ). This requirement is a 100% total small business set-aside. The associated NAICS code is 488320. The small business size standard is $25.5 million. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009. Anticipated Award Date: on or before 5/15/2012. To be considered for award your company must obtain a Dun and Bradstreet Number (DUNs). You may obtain this number free of charge at 1(866)705-5711. Your company must also be registered in CCR with the appropriate NAICS code for this solicitation, web site: https://www.bpn.gov/ccr/default.aspx. If you have any registration questions, please call 1-888-227-2423. All prospective contractors are required to submit or upload their Organization's Representation and Certifications Application (ORCA) at https://orca.bpn.gov prior to submitting your offer. If you need assistance with registration or updating CCR or ORCA please contact the Procurement Technical Assistance Center nearest you at (615) 268-6644 or website: http://www.aptac-us.org/new/Govt_Contracting/find.php. GENERAL DESCRIPTION OF STATEMENT OF WORK Independently, and not as an agent of the Government, the Contractor shall furnish all labor, materials, and equipment necessary to provide Landing Craft and services to transport heavy equipment, supplies and materials for Apostle Islands National Lakeshore located at 37705 Roys Point Road in Bayfield, Wisconsin 54814. Quotes are due at 1:00 PM EST, March 9, 2012. Offers may be submitted by fax or email. Questions regarding this solicitation will only be accepted until 12:00 PM EST, March 5, 2012. OFFERS SHALL INCLUDE THE FOLLOWING:1. Price quotes that reference the solicitation number. 2. CLIN Structure:0001 - Provide LCM (landing craft) and services for the Apostle Islands National Lakeshore to be bid as cost per hour to include: Captain, deckhand and fuel. Also, See attached statement of work. 5 months (05/01/2012 to 09/30/2012)Unit Price Cost Per Hour $__________ 3. Remittance address and DUNS number.4. If the contractor is claiming an exception or change to the Offeror Representations and Certification (ORCA) then the contractor must supply FAR Clause 52.213-3 in its entirety.5. Quality Assurance Plan.6. Copy of license and insurance papers. INTERESTED PARTIES MUST CONTACT THE POC BELOW FOR THE FOLLOWING DOCUMENTS PRIOR TO SUBMITTING QUOTE: Statement of Work titled, "Landing Craft Services FY12", dated 01/25/2012Past Performance Questionnaire Point of Contact:Katherine BernardContract SpecialistP: 330-468-2500 x301F: 330-468-2507Email: Katherine_Bernard@nps.gov The following Federal Acquisition Regulation (FAR) provisions and clauses shall be applicable to this solicitation and award: For full text version of these provisions and clauses, please go to the following internet address: https://www.acquisition.gov/far/. SOLICITATION CLAUSES: 52.212-1, Instructions to Offerors-Commercial Items, (By Reference) 52.212-2, Evaluation-Commercial Items, or other description of evaluation factors for award (Full Text) Technical and past performances, when combined, are more important than price. 52.212-3, Offeror Representations and Certifications- Commercial Items (By Reference) SOLICITATION & CONTRACT CLAUSES:52.212-4, Contract Terms and Conditions-Commercial Items, (By Reference) 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive orders (Full Text). 52.219-6, Notice of Total Small Business Set- Aside (JUNE 2003) (15 U.S.C. 644). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services- Requirements (FEB 2009) (41 U.S.C. 351, et seq.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22270/listing.html)
 
Place of Performance
Address: 37705 Roys Point RoadBayfield, Wisconsin
Zip Code: 54814
 
Record
SN02674238-W 20120215/120213235845-122e09e892988c8c0642cb49f32acda0 (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.