SOLICITATION NOTICE
19 -- P17PS01851 Redw for WHIS 2 Swim Platforms - P17PS01851
- Notice Date
- 6/30/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
- ZIP Code
- 80225-0287
- Solicitation Number
- P17PS01851
- Archive Date
- 6/30/2018
- Point of Contact
- Valerie Giddings, Phone: (707) 465-7316
- E-Mail Address
-
lyn_giddings@nps.gov
(lyn_giddings@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- P17PS01851 Combined Synopsis-Solicitation P17PS01851 This is a combined synopsis/solicitation to fabricate and deliver Two 16ft. X 16 ft. swim platforms, with Timber Tec or equivalent composite decking, which can be easily removed for metal frame repairs or inspections. A four ft. ladder, Polyethylene float system and 1-2 anchor tie in points. The fabrication should include a Green Powder Coated Frame or all Aluminum Frame and weight approximately 452 lbs. with a net buoyancy of 1,768 lbs. or greater. Contractor shall Fabricate offsite and arrange for Delivery of two 16"x16" Floating Swim Platforms with one 5 step powder coated ladder per unit to Brandy Creek Marina with-in Whiskeytown National Recreation Area, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-94 and 95 of June 29, 2017. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is P17PS01851 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved for Small Business Concerns. The North American Standard Industry Classifications System Code is 238190 - Foundation, Structure, and Building Exterior Contractors, 15.0 size standards in millions of dollars. DESCRIPTION: To fabricate and deliver Two 16ft. X 16 ft. swim platforms, with Timber Tec or equivalent composite decking, which can be easily removed for metal frame repairs or inspections. A four ft. ladder, Polyethylene float system and 1-2 anchor tie in points. The fabrication should include a Green Powder Coated Frame or all Aluminum Frame and weight approximately 452 lbs. with a net buoyancy of 1,768 lbs. or greater. Contractor shall Fabricate offsite and arrange for Delivery of two 16"x16" Floating Swim Platforms with one 5 step powder coated ladder per unit to Brandy Creek Marina with-in Whiskeytown National Recreation Area. The work is to be performed off site and delivered at Whiskeytown National Recreation Area Brandy Creek Beach. The project site is located 9 miles west of Redding California off Hwy 299, 2 miles south on Kennedy Memorial Drive. All items listed in this section should be designed as equal or like to the project including; Two, Two-piece 8'X16' frame sections that can be easily fastened together Green Powder Coated Steel or Aluminum Frame 8-12 16" Polyethylene floats 2-4 per each 8'X16" section 1 - 5 step powder coated Ladder per 16"x16" complete platform Timber Tec or equivalent composite decking, which can be easily removed for frame maintenance if necessary DELIVERY: Contractor shall deliver and offload swim floats at Brandy Creek Marina or closest location approved by the NPS on or before September 10, 2017. Brandy Creek Marina is 9 miles west of Redding California off Hwy 299, 9 miles West on Kennedy Memorial Drive. Whiskeytown National Recreation Area Facility Staff shall be notified 7-10 days in advance of delivery. On notice of award contractor will begin swim platforms fabrication and arrange for delivery on or before September 10, 2017. GOVERNMENT-FURNISHED PROPERTY: Government will furnish Versa-Lift forklift to off load delivery items at the specified location. PLACE AND PERIOD OF PERFORMANCE: Construction of docks shall occur at the contractor's manufacturing facility. NPS will perform manufacturing inspection of deliverables for defects or damage prior to acceptance of goods. PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury. TERMS AND CONDITIONS: The following FAR provisions and clauses apply: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-20, Predecessor of Offeror; Debarred, Suspended or Proposed for Debarment; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American - Supplies; 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act, Alt. III; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.242-15, Stop-Work Order; 52.242-17, Government Delay of Work; Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. As prescribed in 9.104-7 (d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. INSTRUCTIONS TO OFFERORS: Quotations are due by Friday, July 14, 2017, 4:00 PM, PST to the attention of: V. Lyn Giddings, Purchasing Agent, National Park Service. Quotations must include the following information: 1. Company name, DUNS number, Contact name, phone number and e-mail 2. Pricing and availability 3. Descriptive literature such as manufacturer's cut sheets, sufficiently detailed to clearly demonstrate that the offered items conform to the requirements of the solicitation. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as Design; Components; Performance characteristics; and Methods of manufacture, assembly, construction, or operation. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid. Quotations may be hand delivered, e-mailed or sent via mail through regularly scheduled delivery services for delivery to the attention of V. Lyn Giddings, 1111 Second Street, Crescent City, CA 95531 on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact Purchasing Agent for confirmation). Quotes may be sent to e-mail address: lyn_giddings@nps.gov. Any quotation received after 4:00 pm Pacific Daylight Time will be considered late and will not be further considered. The point of contact for this solicitation is Lyn Giddings, Purchasing Agent, Redwood National & State Park, telephone: 707-465-7316; e-mail: lyn_giddings@nps.gov OFFER EVALUATION(S): Evaluation -- Commercial Items (Oct 2014) (a) The Government intends to award a firm fixed priced order resulting from this solicitation to then 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: (i) price of the item offered to meet the Government requirement; including availability of delivery schedule (b) 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. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. QUOTE SHEET (Should include the following on the SF-18) Company Name DUNS Number Contact Name Phone Number Email
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01851/listing.html)
- Place of Performance
- Address: Whiskeytown National Recreation Area Brandy Creek Beach, Delivery site approx. 9 miles west of Redding, CA off Hwy 299, 2 miles south of Kennedy Memorial Drive, Whiskeywotn, California, 96095, United States
- Zip Code: 96095
- Zip Code: 96095
- Record
- SN04565588-W 20170702/170630235421-1e3b6f93b983e382af47472a2c2f5e61 (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 |