Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
MODIFICATION

99 -- CURE Breakwater Build

Notice Date
8/16/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N1379120107
 
Archive Date
8/16/2013
 
Point of Contact
Joseph R. Gatlin Contracting Officer 3039692660 Joseph_Gatlin@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
N/A
 
Description
CURE BREAKWATER National Park Service Denver Major Acquisitions Buying Office (MABO) Lakewood, Colorado 80228 08/06/2010 AMENDMENT 1 information: Small Business Set Aside removed and now open to all size classifications. The due date for offer submission has been changed to 2:00 PM Mountain time, Monday, August 27, 2012. Payment and Performance Bonding will be required. The Site visit offered no new or additional information. A subsequent site visit may be arranged by contacting the Contracting Officer, per the contact information below. N1379120107 (1) GENERAL INFORMATION This is a combined synopsis/solicitation for the design, supply and installation of a custom built steel Wave Attenuator (breakwater), including all anchorage devices, appurtenances and lighting for a complete system, per Specifications and drawings. (SEE 22 BELOW TO REQUEST) This solicitation (RFQ) is prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. **** This announcement constitutes the only solicitation; quotations are hereby being requested and a separate written solicitation will not be issued. **** (2) AWARD INFORMATION The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the responsible offeror whose quotation conforms to the solicitation, is fair and reasonably priced, and is determined to provide the best overall value to the Government, all factors considered. This request is for the design, custom build and installation of a complete Wave Attenuator system. The system(s) shall be installed at the Stevens Creek and Iola boat ramp areas of the Curecanti National Recreation Area, which is approximately 12 miles west of Gunnison, Colorado. (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (4) Solicitation #: Q1379120107. This solicitation is issued as a Request for Quote. (5) NAICS code: 237990, open ot all size classifications (6) CONTRACT LINE ITEMS Contract line item 0001: removal and demolition of the existing wave attenuator at Stevens Creek location. (Reference Statement of Work) Contract Line item 0002: Supply and delivery of new wave attenuator system consisting of anchoring, and lighting, for the Stevens Creek location. (reference Statement of Work and drawings) (SEE # 22 TO REQUEST DRAWINGS AND STATEMENT OF WORK) Contract Line item 0003: Installation of the new wave attenuator system at the Stevens Creek location. (Reference Statement of Work) Contract line item 0004: (optional) removal and demolition of the existing wave attenuator at the Iola location. (Reference Statement of Work) Contract Line item 0005: (Optional) Supply and delivery of new wave attenuator system consisting of anchoring, and lighting, for the Iola location. (Reference Statement of Work and drawings) (SEE 3 22 TO REQUEST DRAWINGS AND STATEMENT OF WORK) Contract Line item 0006: Installation of the new wave attenuator system at the Iola location. (Reference Statement of Work) Note: If the option items(4, 5 & 6) are awarded, they will be awarded at the time of award for items 1 through 3. The award of the optional items is subject to the availability of funds. NOTE: DRAWINGS AND STATEMENT OF WORK ARE NOT BEING PROVIDED IN THIS SOLICITATION. PLEASE SEE SECTON 22 BELOW FOR INSTRUCTIONS ON OBTAINING THE DRAWINGS AND STATEMENT OF WORK. NOTE: ALL MATERIALS MUST MEET THE BUY AMERICAN ACT GREEN PROCUREMENT REQUIREMENTS. (7) Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far. (8) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) Contractor provided information that responds to the non-price evaluation factors noted in paragraph 9 below b) Price proposal for contract line items 1 through 6 above. Pricing must be provided for each line item. c) Written verification of registration at https://www.sam.gov d) Past Performance references e) Prior Experience information f) Technical approach g) Management approach h) Acknowledgement of any solicitation amendments; (9) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. As stated in this provision, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers. --NON-PRICE / Technical Capability of the offeror to provide the requested product. This determination will be made via responses from references provided by the offeror. a) Prior Experience: is differentiated from "Past Performance" in that this is factual, documented, information about specific work the contractor has performed, which indicates their technical ability to accomplish the work. (See section 17) b) Past Performance. Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Offeror's shall provide a list of five past contracts / projects, with a contact name and phone number, for contracts completed within the last ten years, which could be considered similar in nature. (See section 17) c) Technical approach: how the offeror proposes to fulfill the requirement from a technical standpoint. (See section 17) d) Management approach: how the offeror's company will approach, perform and complete this project from a management standpoint. (See section 17) --PRICE (10) The 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: 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33. Other applicable clauses: 52.204-7, 52.211-11, 52.211-12, 52.211-16, 52.212-4, 52.213-15, 52.223-16, 52.217-5, 52.217-6, 52.217-7, 52.217-8, 52.217-9, 52.22-01, 52.222-03, 52.222-41, 52.222-44, 52.222-49, 52.223-5, 52.223-06, 52.223-10, 52.223-14, 52.228-01, 52.228-05, 52.228-16, 52.229-03, 52.232-23, 52.232-25, 52.233-01, 52.233-03, 52.237-4, 52.237-5, 52.242-15, 52.242-17, 52.243-01, 52.244-06, 52.246-4, 52.246-20, 52.249-01, 52.249-02, 52.249-04, 52.249-08, 52.252-04, DIAPR 2010 (11) REGISTRATION Offerors must have completed, at the time of quote submission, full registration at (SAM) the "System for Award Management." The registration may be accessed and completed at https://www.sam.gov. Helpful assistance and registration information can be found at www.fsd.gov. Offerors must provide written confirmation of Sam.gov registration with their offer. Failure to be registered at the time of proposal submission will render an offerors quotation as non-responsive and will not be considered for award. (12) CONTRACT DESCRIPTION The requirement of this solicitation work consists of providing a complete wave attenuation system (breakwater) which includes all anchorage devices (including anchors), appurtenances, and lighting. See instructions in section 22 below of how to obtain the drawings and Scope of Work. (13) DELIVERY SCHEDULE and CONTRACT PERIOD The awarded offeror will be expected to provide the wave attenuation system for installation June 1, 2013. (14) LOCATION The Stevens Creek and Iola locations are approximately 6 miles west of Gunnison, Colorado, along US Highway 50 in Gunnison, County. (15) PARK REQUIREMENTS The contractor shall determine and adhere to road way use regulations for all roads between the point of origin and the delivery site, and responsible for any applicable permits. The contractor shall adhere to all park requirements, rules, regulations, and posted speed limits within all park boundaries. (16) MEASUREMENT AND PAYMENT Payment will be made at the contracted prices. Payment shall be made via Electronic Funds Transfer to the vendor's bank of record, as indicated in the vendor's registration at https://www.Sam.gov. (17) QUOTE SUBMISSION In order to be effectively and equitably evaluated, all offerors must include information sufficiently detailed to clearly describe the offeror's prior experience, past performance, technical approach and management plan. Offerors are required to submit a quotation made up of Technical/Quality information, and an individual price quotation for each contract line item. Offerors shall submit their quotations to Joseph Gatlin, National Park Service, 12795 W. Alameda Parkway, Lakewood Colorado, 80228. All quote packages shall be marked "CURE S Breakwater. QUOTES SHALL BE SUBMITTED TO INSURE RECEIPT BY 2:00 PM LOCAL MOUNTAIN TIME, LAKEWOOD, COLORADO, MONDAY, AUGUST 27, 2012. All quotation materials shall be submitted in binders with a table of contents and tabbed section dividers. Volume I shall be submitted in original and two copies. Volume II shall be submitted in original only and shall be placed in a separate envelope. There shall be no pricing information in the volume 1 information. Volume I: Tab A- Prior Experience Tab B- Past Performance Tab C-Technical approach Tab D-Management approach Volume II (Sealed Envelope) Price information (18) EVALUATION FACTORS FOR AWARD DECISION The award of the contract will be determined upon the following factors: -Price -Past Performance ratings, as determined via information provided from the offeror provided contacts. -Technical approach - capability of offeror to provide the requested services, as determined via information provided from the offeror provided contacts. -Management approach All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Tab A - Experience Provide detailed narrative descriptions of a minimum of three and a maximum of ten projects that your firm has performed in the last ten years which are similar to this project in size, scope and dollar value. Work must be self-performed to be considered for experience. Tab B - Past Performance Provide valid and current reference information for each project submitted for prior experience. Reference information should include project name, location, and owner's name, owner's contact person and contact numbers for the owner's contact person. Failure to provide valid and current reference contacts and contact information will be considered non-responsive to this requirement. Tab C- Technical approach Describe in detailed narrative form how the offeror proposes to fulfill the requirement from a technical standpoint. Tab D - Management approach Submit a narrative summary describing how the offeror's company will approach, perform and complete this project. The approach should include details on how the steps and requirements of fabrication and installation will be completed, including Quality Control/Assurance, safety, accident prevention, meeting delivery schedules, and the management and coordination of any subcontractors. Provide a project schedule demonstrating the activities and their associated timelines from the Notice to Proceed through project completion. The required date for site installation is June 1, 2013. All submitted information will be evaluated for acceptability in accordance with FAR clauses 52.219-8 and 52.219-9. A Source Selection Evaluation Board will evaluate the proposals. The evaluations will be conducted by the Evaluation Board in strict confidence, in that non-price information will be reviewed and rated without knowledge of the price offered. The evaluation process consists of: -proposal compliance review - review to ensure all required forms and certifications are complete and that both a technical and price proposal are received. -Technical/Quality Evaluation - rating of quotations against the solicitation requirements for quotations that pass the first review. Factors will be rated using an adjectival-based system -Price Evaluation- Evaluation of price quotations independent of the technical/quality evaluation. -Trade off analysis- Review of the advantages and disadvantages of the technical proposals and compare prices. Before considering all factors to select the offer determined the most advantageous to the Government. (19) SITE VISIT: A post 08/15/2012 site visit may be arranged by contacting the Contracting Officer at the contact information in # 20 and 22 below. (20) CONTACT INFORMATION For information regarding this solicitation contact: Joseph Gatlin, Contracting Officer, at joseph_gatlin@nps.gov. (21) SET - ASIDE This solicitation and any resulting award based on this solicitation are open to all size classifications, as of Amendment 1, 08/15/2012. (22) DRAWINGS and SCOPE OF WORK: The drawings and Scope of Work could not be attached to this solicitation. Therefore, all interested offerors should send an email to the Contracting Officer, Joseph R. Gatlin, at joseph_gatlin@npos.gov to request the drawings and Statement of Work. Please request with "CURE Breakwater SOW and Drawing Request" in the subject line. Requests and responses will only be accepted and made via email. Note: the drawings are the property of the National Park Service, and cannot be copied, reproduced or used without the expressed written consent of the National Park Service. end
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1379120107/listing.html)
 
Place of Performance
Address: Curecanti National Recreation AreaGunnison, Colorado
Zip Code: 812309304
 
Record
SN02843006-W 20120818/120817000730-932d17afa2002b377ebc71ce9466ab8c (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.