Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2017 FBO #5818
SOLICITATION NOTICE

78 -- MODEL BUREAU OF FISHERIES RAIL CAR

Notice Date
10/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339930 — Doll, Toy, and Game Manufacturing
 
Contracting Office
FWS, DIV OF CONTRACTING AND FA 5275 Leesburg Pike MS: BMO Falls Church VA 22041-3803 US
 
ZIP Code
00000
 
Solicitation Number
140F0918R0001
 
Response Due
11/28/2017
 
Archive Date
12/13/2017
 
Point of Contact
Tisdale, Jason
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 140F0918R0001 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number/Effective Date: 2005-94,2005-95 / 01-19-2017. This procurement is being solicited as a 100% small business set-aside under NAICS code 339930 - DOLL, TOY, AND GAME MANUFACTURING. The small business size standard is 500 employees. Background: The National Conservation Training Center (NCTC) is the "Home" of the US Fish and Wildlife Service (FWS) and serves conservation professionals from both the FWS and the general conservation community. A major theme at the NCTC is conservation history and heritage. Historical exhibits are found across the 400,000 square foot campus, with a major focus in the entry building at the NCTC Museum. More than 10,000 conservation professionals participate in programs at the NCTC each year. The historic exhibits are designed to tell the stories of the people and issues of the FWS and the American conservation movement. The U.S. Fish and Wildlife Service Museum is located at the National Conservation Training Center. The Museum exhibits are being renovated and there is a need for a scale model of a Bureau of Fisheries Railroad Fish Car. Purpose: The U.S. Fish and Wildlife Service Museum tells the story of the US Fish and Wildlife Service and its role in the American Conservation Movement. The Fish Car Scale Model will be located in the Bureau of Fisheries history display case. Requirement 00010: One 1:24 scale model of a 1884 Harlan & Hollingsworth customized Bureau of Fisheries railcar, with fine exterior detailing and no interior detailing (windows to be opaque), based on photographs, design drawings, and consultation with NCTC. See attachment A. Delivery and acceptance by September 30, 2018. The car shall be placed on rails for display at: National Conservation Training Center 698 Conservation Way Shepherdstown, WV 25443 The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Evaluation Procedures: (a) The Government intends to 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 other factors which are approximately equal in importance will be used to evaluate offers: (1)Prior Experience in fabrication of railcar scale models: Provide a portfolio of railcar scale models of similar size. A contractor that does not show at least 5 years of experience in fabrication of railcar scale models will not be considered for award. (2)Technical Capability: Project Approach: A description of your approach to addressing the specific needs of this project. Include a detailed schedule identifying any key meetings and milestones. (3)Past Performance: Provide a minimum of two (2) references from comparable projects, including reference title, e-mail address and phone number. The Government may also obtain information from any sources available to it, to include, but not limited to, the System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), other databases, interviews with other Government officials with knowledge of the Offeror, and other publically available information. Past Performance will be rated as outstanding, satisfactory, unsatisfactory, or neutral. A contractor with no recent/relevant performance record available or a performance record so sparse that no meaningful assessment rating can be reasonably assigned will receive a neutral rating. A contractor with a past performance rating of unsatisfactory will not be considered for award. (b) All evaluation factors other than price, when combined, are approximately equal in importance to price. (c) 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. (End of provision) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. 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 additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer-System for Award Management Additional Clauses applicable to this acquisition: 52.203.99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Clause incorporated by reference) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browsefar (End of clause) 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Interior Federal Acquisition Regulations, (48 CFR Chapter 14) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 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: Contractor Invoice 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) within 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. (End of Local Clause) Additional provisions applicable to this acquisition: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 52.204-22 Alternative Line Item Proposal (Jan 2017) (Provision incorporated by reference) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browsefar (End of provision) 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of Interior Federal Acquisition Regulations, (48 CFR Chapter 14) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) Offers must be received at: FWS, NCTC, Division of Contracting ATTN: Jason Tisdale 698 Conservation Way Shepherdstown, WV 25443 or Email to jason_tisdale@fws.gov on or before 28NOV17 at 1200 ET. To obtain more information regarding this solicitation please contact Jason Tisdale at 304-876-7708 or jason_tisdale@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0918R0001/listing.html)
 
Record
SN04724159-W 20171028/171026231158-24e650c5a6bc5a6e5c4a97ed383113fb (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.