SOLICITATION NOTICE
R -- LiDAR Services for Sunset Crater National Monument
- Notice Date
- 7/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1824 S. Thompson St., Suite 200, Flagstaff, AZ 86001
- ZIP Code
- 86001
- Solicitation Number
- Q747012009
- Response Due
- 8/7/2012
- Archive Date
- 2/3/2013
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- 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 solicitation number is Q747012009 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 541360 with a small business size standard of $14.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-08-07 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Flagstaff, AZ 86004 The National Park Service requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, PRICE OPTION 1: LiDAR Nominal Pulse Spacing/Point Density:.707 meter/2 points per sq. meter, equal to or greater than 2 meter minimum raster resolution of DEM; Minimum Acquisition Area (3,634 Acres)., 1, JOB; LI 002, PRICE OPTION 3: LiDAR Nominal Pulse Spacing/Point Density: 0.500 meter/4 points per sq. meter, equal to or greater than 2 meter minimum raster resolution of DEM; Minimum Acquisition Area (3,634 Acres)., 1, JOB; LI 003, PRICE OPTION 5: LiDAR Nominal Pulse Spacing/Point Density: 0.354 meter/8 points per sq. meter, equal to or greater than 1 meter minimum raster resolution of DEM; Minimum Acquisition Area (3,634 Acres)., 1, JOB; LI 004, PRICE OPTION 2: LiDAR Nominal Pulse Spacing/Point Density:.707 meter/2 points per sq. meter, equal to or greater than 2 meter minimum raster resolution of DEM; Maximum Acquisition Area (8,000 Acres)., 1, JOB; LI 005, PRICE OPTION 4: LiDAR Nominal Pulse Spacing/Point Density: 0.500 meter/4 points per sq. meter, equal to or greater than 2 meter minimum raster resolution of DEM; Maximum Acquisition Area (8,000 Acres)., 1, JOB; LI 006, PRICE OPTION 6: LiDAR Nominal Pulse Spacing/Point Density: 0.354 meter/8 points per sq. meter, equal to or greater than 1 meter minimum raster resolution of DEM; Maximum Acquisition Area (8,000 Acres)., 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Park Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Park Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; 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 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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. 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. PLEASE NOTE: 1) As clarification, the option referenced in this buy term is NOT synonymous with the term "price option" used by the NPS in the attached Statement of Work. 2) The contract will be issued based on the LPTA for "price options" 1, 3 or 5 (Bid Item No. 001, 002, and 003, respectively). Should additional funding become available, the option for increased quantity-separately priced line item will be considered. This applies to price options 2, 4 or 6 (Bid Item No. 004, 005, and 006, respectively).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q747012009/listing.html)
- Place of Performance
- Address: Flagstaff, AZ 86004
- Zip Code: 86004
- Zip Code: 86004
- Record
- SN02803884-W 20120718/120716234944-cb04bbc764730da057aba98e1d8594d8 (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 |