Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOLICITATION NOTICE

X -- Provide, install, and lease of one (1) modular building for office space.

Notice Date
5/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street #200 Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
E12PC11980
 
Response Due
5/25/2012
 
Archive Date
5/10/2013
 
Point of Contact
Fredericka M. Steele Contract Specialist 9286387436 freddi_Steele@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
1) GENERAL INFORMATION: This announcement constitutes the only solicitation; proposals are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) #E12PC11980. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service (NPS) contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. North American Industry Classification System (NAICS) code: 531120 Lessors of Nonresidential Buildings (except Miniwarehouses), with small business size standard: $7 million. The proposed contract is a total set-aside for small business concerns. The anticipated award date is approximately June 1, 2012. 2) STATEMENT OF WORK (SOW): 1. SCOPE The successful offeror shall be responsible for providing and installing a modular office building for Canyon de Chelly National Monument meeting or exceeding the technical requirements included in this announcement. The modular office building is to be leased for one (1) year period with the option (at the Government's) for lease extension(s) not to exceed four (4) additional years. Structure must be new or like-new. Project will include delivery, set-up, utility hookup (service shall be stubbed to the location), maintenance and takedown/removal. 2. TECHNICAL REQUIREMENTS: Item #1. Delivery/Transport of One (1) High Security Modular Office, 1600 SF (+/- 500SF). Firm fixed price to include the delivery and setup of a new or like new modular office with one restroom, minimally two standard 36" wide doors (with panic hardware and best lock hardware), three private offices, open space / conference room which will houses NPS-owned cubicle and system furniture/workstations, and a unisex ADA accessible restroom. The building delivery includes foundation; blocking, leveling, tie-down, and return delivery. Standard features to include; electrical heat, insulated walls, security bars, mini blinds, extra large A/C, Steel Exterior Doors, Exterior Power Outlets, Removable Hitch, Exterior junction box with phone and data lines, hydraulic door closures. Building will include gutters, downspouts, ADA access/use, and smoke detectors. Contractor will be required to hook up to the existing utility locations, plan and meet all relevant utility construction codes. Building set up includes demobilization and tear down. Item #2: Voice and Data cabling. Duplex voice and data ports installed for all telephone voice extension and computer ports. The building will be wired for at least four (4) ports per private office and eight (8) in conference / common spaces. Cabling assumed to transfer data at Category 5 (Cat5) specifications. Voice lines utilize VoIP technology. Each port and central junction boxes will be labeled for quick identification on each individual workstation data/voice lines. Contractor will tie all of the modular's cabling into the main phone and data infrastructure. 3) PLACE OF PERFORMANCE Modular office to be located on gravel limestone inch road base, approximately 250 feet east of ranger office in the Maintenance yard, Canyon de Chelly National Monument. The final location and orientation of the office modular will be sited to accommodate an ADA ramp, and effective utility hookup. Final location will be approved by the Contracting Officer. The NPS will be responsible for installing modular building skirting. 4) PERIOD OF PERFORMANCE Delivery will be 21 days after receipt of order (ARO). Set up to be completed by June 30, 2012. Lease to start on July 1, 2012. 5) GOVERNMENT FURNISHED ITEMS AND EQUIPMENT The NPS will provide and install skirting after set up, and remove skirting prior to takedown. 6) AREA INFORMATION Canyon de Chelly National Monument is located in northeastern Arizona in the heart of the Navajo Reservation, 3 miles east from Route 191 in Chinle, AZ (pop. 4,518 in 2010):--From Flagstaff, AZ, take I-40 East then Hwy 191 North. --From Gallup, NM, take Hwy 264 West then Hwy 191 North. --From Kayenta, AZ, take Route 59 Southeast then Hwy 191 South. 7) EVALUATION FACTORS 1. Technical capability of the item offered to meet the Government requirement. A technical evaluation includes examination of product literature, technical features, floor plan, and warranty provisions. Offerors should provide a brochure or a link to their product(s) for review. Offerors providing proposals that include "like new" modular offices must include one (1) interior photo and one (1) exterior photo of the actual office(s) being bid. 2. Past performance. Identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement, including contract numbers, points of contact with telephone numbers and other relevant information. If applicable, provide information on problems encountered on the identified contracts, including any encountered during delivery and takedown, and the offeror's corrective actions. Evaluation of offerors with no relevant performance history will not be evaluated favorably or unfavorably. 3. Price. Award will be made on the proposal that is the lowest price technically acceptable (LPTA). 8) CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Clause 52.204.07 Central Contractors RegistrationCompanies providing proposals must have a Data Universal Numbering System (DUNS) number (9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities), and must be registered in the Central Contractor Registration (CCR) database. The CCR is the primary Government repository for Contractor information required for the conduct of business with the Government. A company that is not registered in the CCR may not be considered for award. Conversely having a DUNS number and CCR record does not guarantee award to a company. The CCR database is available online at www.bpn.gov, and there is no charge to register. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: -- "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors (Lowest Price Technically Acceptable or LPTA). PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. --The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The offeror must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful offeror shall complete and submit the provision [proposal] to the Contracting Officer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.233-3, 52.233-4, 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.225-1, 52.225-13, and 52.232-33. Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of the numbered line item(s), identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the expiration of the term of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Clause 52.237-1 Site Visit. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. --PLEASE NOTE: One (1) and only one site visit is scheduled for Thursday, May 17, 2012, 10a, Mountain Daylight Time (MDT). Please meet at the Canyon de Chelly National Monument Visitor Center, 3 miles east of Chinle AZ (see Area Information above). Due to the scope of the site visit, it will start promptly at 10a and late comers will not be allowed. 9) HOW TO SUBMIT A PROPOSAL Most questions regarding this requirement can be answered by carefully reviewing this solicitation. Should this not be the case, for technical questions, please contact Tom O. Clark, Superintendent, at 928 674-5500 x224, or Wilson Hunter, Chief of Interpretation, at 928 674-5500 x225. Questions regarding other elements of this announcement or future contract should be emailed to Freddi_Steele@nps.gov, the contracting officer for this requirement. Interested parties may submit a proposal using the format below OR by completing an SF-18 Request for Quote, available at no charge at www.gsa.gov. All proposals must have the following information: Solicitation: E12PC11980 Modular Office for Canyon de Chelly NM Proposals Due: Friday, May 25, 2012, 4:00 pm Mountain Standard Time (MST). Submit to: E-mail: GRCA_Contracting@nps.gov, Attn: Freddi Steele, E12PC11980; or Fax: 928-637-7005, Attn: Freddi Steele, E12PC11980. Or via mail to address below: National Park ServiceArizona Major Acquisition Buying Office (AZ MABO)1824 S. Thompson St., Suite 200Flagstaff, AZ 86001Attn: Freddi Steele, E12PC11980 Modular Office Proposals and any supportive documentation must be received no later than the closing date and time of this announcement. Late proposals will not be considered. PROPOSALS SUBMITTED THROUGH EC-IDEAS WILL NOT BE ACCEPTED. PROPOSAL FORMAT DATE:_______________________________________________________________________________; CONTRACTOR:________________________________________________________________________; ADDRESS (Street, City, State, Zip code):_______________________________________________________________________________; DUNS Number:_________________________________________________________________________; Company Contact Name:_________________________________________________________________; Phone:_______________________________________________________________________________; Fax: ________________________________________________________________________________; E-mail:_______________________________________________________________________________; References for Past Performance. All offerors are required to provide a minimum of two (2) references that can be contacted to validate past performance. References must include company or agency name, current contact and that person's office/business phone number. 1st Reference: __________________________________________________________________________; 2nd Reference: _________________________________________________________________________; Proposal Line Items: Line item #1: Delivery of modular office to zip code 86503-0588, Price: $________. Line Item #2: Applicable sales tax for line item #1: _____%; $__________ Line item #3: Set up of modular office per SOW, including utility hookups, at 86503-0588, Price: $_______. Line Item #4: Applicable sales tax for line item #3: _____%; $__________ Line item #5: Takedown/removal of modular office from zip code 86503-0588, Price: $________. Line Item #6: Applicable sales tax for line item #5: _____%; $__________ Line Item #7: Base year, July 1, 2012 - June 30, 2013 (12 month) Lease of one (1) modular office per SOW. Unit Price (per month): $______. Extended Price: $_______. Line Item #8: Applicable sales tax for line item #7: _____%; Unit Price (per month) $______; Extended Price: $______. Line Item #9: Option year 1, July 1, 2013 - June 30, 2014 (12 month) Lease of one (1) modular office per SOW. Unit Price (per month): $_____. Extended Price: $______. Line Item #10: Applicable sales tax for line item #9: _____%; $__________ Line Item #11: Option year 2, July 1, 2014 - June 30, 2015 (12 month) Lease of one (1) modular office per SOW.Unit Price (per month): $_______. Extended Price: $______. Line Item #12: Applicable sales tax for line item #11: _____%; $__________ Line Item #13: Option year 3, July 1, 2015 - June 30, 2016 (12 month) Lease of one (1) modular office per SOW. Unit Price (per month): $_______. Extended Price: $______. Line Item #14: Applicable sales tax for line item #13: _____%; $__________ Line Item #15: Option year 4, July 1, 2016 - June 30, 2017 (12 month) Lease of one (1) modular office per SOW. Unit Price (per month): $_______. Extended Price: $______. Line Item #16: Applicable sales tax for line item #15: _____%; $__________ Total of Proposal (Line items 1-16): $________________________. General Line Item Notes: 1. Offerors shall submit a price for all line items; failure to do so may render the quote unacceptable. 2. Offerors shall submit product literature as specified; failure to do so may render the proposal unacceptable. 3. The Government reserves the right to award on an "all or none basis". 4. The Government reserves the right to exercise any or all of the options, at the prices stated in the schedule, at any time prior to the expiration of the term of the contract. 5. Except when it is determined by the Contracting Officer not to be in the Government's best interest, the Government will evaluate offers for award purposes by calculating the total price for all proposal line items. Evaluation of options will not obligate the Government to exercise any of the options. END OF COMBINED SYNOPSIS/SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E12PC11980/listing.html)
 
Place of Performance
Address: Canyon de Chelly National Monument, 3 mi. East of Chinle on Hwy 7, Arizona (Apache County)
Zip Code: 865030588
 
Record
SN02744869-W 20120512/120510235621-dc7de609c0eaf9647fd34fb9ae57340b (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.