SOLICITATION NOTICE
12 -- Fire safety VESDA system replacement for HSTR 2nd
- Notice Date
- 2/18/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- NPS, MWR - MWRO MABO 601 Riverfront Drive Omaha NE 68102 US
- ZIP Code
- 00000
- Solicitation Number
- P16PS00514
- Response Due
- 3/2/2016
- Archive Date
- 3/17/2016
- Point of Contact
- Patrice Pittman
- Small Business Set-Aside
- Total Small Business
- Description
- REPLACE FIRE SUPPRESSION SYSTEM, Harry S Truman National Historic Site ¿ This is a combined synopsis / solicitation for commercial items in accordance with FAR 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (issued as a Request for Quotation); quotations are being requested and a written solicitation will not be issued. 52.212-1 Instructions to Offerors ¿ Commercial Items (FEB 2012). To receive an award as a result of this solicitation, vendors must be registered in the System for Award Management (www.SAM.gov) and possess and maintain a valid Dun and Bradstreet number. Offerors must comply with all instructions contained in Internet Payment Platform (IPP) DOI Electronic Invoicing. Email responses to Patrice Pittman, Contract Specialist, will be accepted via fax at (402) 661-1665, via email at patrice_pittman@nps.gov (with the subject clearly annotated with the solicitation number P16PS00514), or by US Postal Mail at 601 Riverfront Drive, Omaha, NE 68102. Offers by telephone will not be accepted. RESPONSES ARE DUE NO LATER THAN MARCH 2, 2016, 5 P.M. CST. The Department of Interior, National Park Service, Harry S Truman National Historic Site has identified a requirement for a new fire suppression system, as detailed in the attached scope of work, at the Harry S Truman National Historic Site Visitor Center located at 223 North Main Street, Independence, MO. The contractor who is selected for this project will provide all labor, materials, and disposal costs to complete a new installation of a fire suppression system per the attached scope of work. DescriptionQuantityPrice Labor1 JB Materials1 LT Disposal costs1 JB Miscellaneous (profit and bonding, overhead)1 JB Work to be performed at: National Park Service, Harry S Truman National Historic Site, 223 North Main Street, Independence, MO. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-85, December 4, 2015. This acquisition is a 100% small business set aside, using NAICS 238210, size standard $15.0M. All inquiries shall be directed to the Contracting Specialist: Patrice L. Pittman National Park Service Midwest Regional Office Phone: 402-661-1664 Email: patrice_pittman@nps.gov 52.212-2 Evaluation ¿ Commercial Items (JAN 1999) Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm fixed price award will be made to the responsible offeror submitting a quote that provides the best value to the Government. Best value will be determined by using the trade-off process as listed in FAR 15.101. In determining best value, the following factors will be considered: (1) Vendor ¿s timeline to perform the work; (2) Past performance ¿ measured by the presentation of a Statement of Capabilities to be submitted with the vendors ¿ quote and (2) Price. The factors are listed in descending order of importance. When combined the time line and past performance factors are more important than price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ¿s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FEDERAL ACQUISITION REGULATION (FAR) CLAUSES AND PROVISIONS applicable to this requirement: Full text of the following clauses and other necessary information is attached to this solicitation. Federal Acquisition Regulation (FAR) clauses and provisions are available at http://farsite.hill.af.mil/ FEDERAL ACQUISITION REGULATION (FAR) CLAUSES AND PROVISIONS: The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this solicitation: 52.212-3 Offeror Representations and Certifications - Commercial Items. (DEC 2012) 52.212-4 Contract Terms and Conditions - Commercial Items. (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JAN 2013) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) (Pub. L. 109- 282) (31 U.S.C. 6101). 52.217-9, Option to Extend the Term of the Contract (MAR 2000). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.222-41 ¿ Service Contract Act of 1965, as Amended (May 1989) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (NOV 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108- 78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). Alternate III (NOV 2012) of 52.225-3. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C 3332). 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.247-34 FOB Destination. (NOV 1991) 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) The full text of a solicitation provision may be accessed electronically at this/these address(es): HTTP://FARSITE.HILL.AF.MIL/ 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00514/listing.html)
- Record
- SN04024402-W 20160220/160218235406-65e2581cad17edf2ad881855f95e7d50 (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 |