SOLICITATION NOTICE
99 -- 3,548 board feet of either Alaska Yellow Cedar or Western Red Cedar timbers for use at Gettysburg National Military Park - Soldiers' National Cemetery Rostrum
- Notice Date
- 6/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- WASO - HPTC - Historic Preservation Training Center Gambrill House 4801-A Urbana Pike Frederick MD 21704
- ZIP Code
- 21704
- Solicitation Number
- P12PS22745
- Response Due
- 6/28/2012
- Archive Date
- 6/13/2013
- Point of Contact
- Michael R. Clarke Contract Specialist 3016638206 michael_clarke@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number P12PS22745 is issued as a Request for Proposal (RFP) for 3,548 board feet of either Alaska Yellow Cedar or Western Red Cedar timbers for use at Gettysburg National Military Park. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-58. The North American Industry Classification System (NAICS) is 423310. The Solicitation is a total Small Business Set-Aside, Size Standard 100 Employees. The Contractor shall furnish and deliver either the preferred Alaska Yellow Cedar (Chamaecyparis Nootkatensis) No. 2 clear and better, or Western Red Cedar (Thuja plicata), C & Better Clear, will be accepted as an alternate if Alaska Yellow Cedar is unavailable or cannot be obtained by the required delivery date of July 12, 2012. All material shall be West Coast Lumber Inspection Bureau (WCLIB) free of heart center, shall have a maximum moisture content of 19 percent or less at the time of dressing and shall be dressed to the full dimensions listed below. All surfacing and planing marks shall be removed, with the finish equivalent to that produced by machine sanding with 100-grit sandpaper, and shall be provided in the following quantities, sizes and lengths: 5'x10'x16', quantity 12, approximate board feet - 800 bf, Unit Price $__________, Total Price $___________; 5'x10'x10', quantity 16, approximate board feet - 666 bf, Unit Price $__________, Total Price $____________; 5'x10'x18', quantity 6, approximate board feet - 450 bf, Unit Price $_________, Total Price $_____________; 5'x6'x17', quantity 64, approximate board feet - 1,632 bf, Unit Price $___________, Total Price $________. Shipping of Materials to Maryland 1 Job $_________. Delivery of materials on July 12, 2012 between the hours of 8:00 a.m. and 3:00 p.m. to Historic Preservation Training Center, 106 Commerce Street, Frederick, Maryland 21704. The following provisions and clauses are applicable to this acquisition and are available at www.arnet.gov: FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). Evaluation of Commercial Items: The following evaluation criteria will be used to evaluate proposal submission: (1) Confirmation in writing, of the ability to meet the delivery date of July 12, 2012 (2) A brief written narrative as to how the specifications of the wood will be met, and how the surfacing and planing will be accomplished to achieve the desired effect. The evaluation criteria are listed in descending order of importance. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Technical quality is significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Proposals shall be submitted in an original and three copies by no later than 12:00 p.m. on June 28 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Proposals shall include the following information: Technical Information: (1) Identify in writing, a confirmation of the ability to meet the delivery date of July 12, 2012 (2) Identification in a brief written narrative as to how the specifications of the wood will be met, and how the surfacing and planing will be accomplished to achieve the desired effect. Business Management Cost Proposal: (1) Individual descriptions of materials with unit price and total prices for each identified material. (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. (3) Originally signed copy of Standard Form 1449 downloadable through www.arnet.gov. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 120 days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before June 29, 2012. The point of contact for inquiries and clarifications is Michael Clarke, Contracting Officer, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address michael_clarke@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22745/listing.html)
- Place of Performance
- Address: Contractor's Facility
- Zip Code: 21701
- Zip Code: 21701
- Record
- SN02774497-W 20120615/120613235403-7cb9fa9fc5ffd3499b30a454de6db286 (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 |