SOLICITATION NOTICE
72 -- LIHO Replace Upholstered Seat Cushions at VC Theat
- Notice Date
- 10/26/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314120
— Curtain and Linen Mills
- Contracting Office
- NPS, MWR - Missouri MABO 413 South 8th Street Springfield IL 62701 US
- ZIP Code
- 00000
- Solicitation Number
- 140P6218Q0002
- Response Due
- 11/17/2017
- Archive Date
- 10/26/2018
- Point of Contact
- Logsdon, Kathryn
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS AND SOLICITATION - FOR REMOVAL, REPLACEMENT AND INSTALLATION OF 83 FABRIC SEAT CUSHIONS AT THE VISITOR CENTER THEATERS 1 & 2 at Lincoln Home National Historic Site, Springfield, IL. OVERVIEW: 1. The Contractor shall provide all product, materials, supplies, tools, equipment, skilled and qualified labor, supervision, and incidental products and services to complete this project within ninety (90) calendar days from the date of contract award. 2. This project involves the detachment, removal, disposal, and reclamation of the existing 83 worn upholstered seat cushions from wooden benches, and the fabrication, installation and attachment of 83 new fabric seat cushions onto the wooden benches, by the Contractor. 3. Theater 1 has eight rows of wooden bench seats with a total of 55 upholstered seat cushions, and Theater 2 has five rows of wooden bench seats with a total of 28 upholstered seat cushions, for a combined total of 83 seat cushions. Photos are provided in ATTACHMENT 2. The size of the cushions vary from row to row. Removal and installation of seat cushions may only be completed one theater at a time. 4. Location - The two theaters are located inside the Visitor Center at Lincoln Home National Historic Site, 426 S. 7th Street, Springfield, IL 62701. 5. Contract award is anticipated to be made in the late November, early December 2017 timeframe. Documents included with this Notice are: - Combined Synopsis and Solicitation; consisting of 3 pages - Attachment 1, Project Specifications; consisting of 9 pages - Attachment 2, Theaters 1 & 2 Photos; consisting of 12 photos - Attachment 3, Quoter's Price Schedule; consisting of 1 page - Attachment 4, Technical and Financial Capability Statement; consisting of 3 pages - Attachment 5, Instructions for Submission of Quotation; consisting of 3 pages - Attachment 6, Clauses and Provisions; consisting of 26 pages TYPE OF CONTRACT: This will be a firm-fixed price supply contract and is expected to be awarded in the late November, early December 2017 timeframe. COMPLETION TIME: Delivery and installation shall be completed within 90 calendar days from the date of contract award. NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to this solicitation is 314120. SET ASIDE: This is a Total Small Business set-aside opportunity. SMALL BUSINESS SIZE STANDARD: 750 employees. SITE VISIT: There are TWO (2) site visits scheduled for this solicitation. - 12:00 p.m. central time on Friday, October 27, 2017 - 12:00 p.m. central time on Thursday, November 2, 2017 The location of both the site visits will be at the Lincoln Home National Historic Site, Visitor Center, 426 S. 7th Street, Springfield, IL. Quoters are encouraged to attend one of the scheduled site visits, to inspect the site, and to satisfy themselves regarding the conditions that may affect the cost of the products and performance. Contractor shall be responsible for the verification of all work details, materials, measurements, and other factors. Quoters are encouraged to attend one of the scheduled site visits, to inspect the site, and to satisfy themselves regarding the conditions that may affect the cost of the products and performance. Contractor shall be responsible for the verification of all work details, materials, measurements, and other factors. In no event shall failure to inspect the site prior to submission of your quote constitute grounds for a claim after contract award. PUBLICIZING: The combined synopsis and its included documents, to include any amendments that may be subsequently issued, can be downloaded from the Federal Business Opportunities (FBO) site at https://www.fbo.gov, and from the FedConnect site at https://www.fedconnect.net. The keyword/reference/solicitation number for this opportunity is 140P6218Q0002. The Contracting Officer will email copies of the solicitation documents upon your email request. It is advised that requests should be emailed no later than 4:30 p.m. central time on November 6, 2017. It is the responsibility of the quoters however, to monitor the FBO and FedConnect websites to download any subsequent amendments which may be issued under this combined synopsis solicitation. CLOSING DATE AND TIME: Quotes are to be submitted via e-mail to kathryn_logsdon@nps.gov so they are received by the Contracting Office NO LATER THAN FRIDAY, NOVEMBER 17, 2017 at 3:00 P.M. CENTRAL TIME. FAXED QUOTES WILL NOT BE CONSIDERED. QUESTIONS regarding this solicitation will be accepted until 3:00 p.m. central time on Thursday, November 9, 2017. Call or email the Contracting Officer at the phone number or email address identified in the POC information below. EVALUATION FOR AWARD: Award will be made to the responsive and responsible Quoter whose quote is determined to be the best value and most advantageous to the Government when applying the trade-off methodology of evaluation for selection. Price, technical and financial capability, past performance, and removal and installation time will be evaluated. The non-price factors; which are: technical and financial capability, past performance, and removal and installation time, when combined, are significantly more important than price. The complete details outlining the award criteria and the description of adjectival ratings that will be assigned are found in ATTACHMENT 6, CLAUSES AND PROVISIONS, under the section titled "Evaluation Factors for Award." REGISTRATION: All quoters are to have a Unique Entity Identifier* (UEI) number, be registered and active in the System for Award Management (SAM) at https://www.sam.gov, have completed their Representations and Certifications (Reps & Certs) and be represented as a small business under the NAICS Code of 314120, in order to be awarded a contract; therefore, if you are not already registered and active in SAM, or have not completed your Representations and Certifications at https://www.sam.gov, it is strongly advised that you do so at this time. Failure on the part of the successful quoter to fulfill these requirements by the time the Contracting Officer makes award may result in award of the contract being made to the next otherwise successful quoter. *NOTE: Unique Entity Identifier (UEI) number - formerly known as DUNS number. If you require assistance with acquiring a UEI* number, completing your SAM Registration, Representations and Certifications, adding the assigned NAICS Code to your Reps & Certs, or accessing the solicitation and its attachments, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at http://www.aptac-us.org/new/. POINT OF CONTACT: The point of contact for this opportunity is Kathryn M. Logsdon, Contracting Officer, and can be reached by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218Q0002/listing.html)
- Place of Performance
- Address: NPS Lincoln Home National Historic Site Visitor Center 426 S. 7th Street Springfield IL 62701 USA
- Zip Code: 62701
- Zip Code: 62701
- Record
- SN04724298-W 20171028/171026231304-0e943dbde272c3e85e9448f5cc6d8695 (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 |