Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2017 FBO #5861
SOLICITATION NOTICE

J -- LIBO - VISITOR CENTER THEATERS 1 & 2 REPLACEMENT O

Notice Date
12/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811420 — Reupholstery and Furniture Repair
 
Contracting Office
NPS, MWR - Missouri MABO 413 S. 8th Street Springfield IL 62701 US
 
ZIP Code
00000
 
Solicitation Number
140P6218Q0010
 
Response Due
12/22/2017
 
Archive Date
6/8/2018
 
Point of Contact
Logsdon, Kathryn
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: RFQ 140P6218Q0010 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 skilled and qualified labor and supervision, materials, supplies, tools, equipment, off-site facility(ies), installation products and accessories, and incidental services to provide and complete all requirements of the project within ninety (90) calendar days from the date of contract award. 2. Fabrication of the seat cushions is to occur off site of Lincoln Home National Historic Site; however, installation will occur at the Visitor Center Theaters located at Lincoln Home National Historic Site. 3. This project includes, but is not limited to, the detachment, removal, disposal, and reclamation of the existing 83 worn-out upholstered seat cushions from the wooden bench seats, and the fabrication, installation and attachment of 83 new in-kind fabric-covered seat cushions onto the wooden bench seats in Theater 1 and Theater 2, by the Contractor. 4. 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. 5. Location - The two theaters are located inside the Visitor Center at Lincoln Home National Historic Site, 426 S. 7th Street, Springfield, IL 62701. 6. Contract award is anticipated to be made no later than December 31, 2017. 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, U.S. Department of Labor Wage Determination; consisting of 10 pages - Attachment 7, Clauses and Provisions; consisting of 28 pages TYPE OF CONTRACT: This will be a firm-fixed price services contract. 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 811420. SET ASIDE: This is a Total Small Business set-aside opportunity. SMALL BUSINESS SIZE STANDARD: $7.5 million. PROJECT ESTIMATE: Projected is estimated at between $25,000 and $50,000. SITE VISIT: Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Contractor shall be responsible for the verification of all work details, materials, measurements, and other factors to determine level of effort and cost or price. To set up a date and time to visit the site, contact the Park Monday thru Friday between the hours of 8:00 a.m. and 4:30 p.m. central time. Site visits will NOT be conducted after 3:00 p.m. central time on Monday, December 18, 2017. The Park's point of contact to arrange a site visit is: Laura Gundrum, Chief of Interpretation Division Phone: (217) 391-3215 E-mail: laura_gundrum@nps.gov QUESTIONS: Quoters may request an explanation or interpretation of the solicitation, or its Attachments by contacting Kathryn Logsdon, Contracting Officer, by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov Questions are to be submitted NO LATER THAN 2:00 p.m. central time on Tuesday, December 19, 2017. PUBLICIZING: The combined synopsis/solicitation and its attachments, 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 140P6218Q0010. 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 2:00 p.m. central time on Wednesday, December 13, 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: Refer to Attachment 5 - Instructions for Submission of Quotation for complete instructions for quote submission. Quotes are to be submitted via e-mail so they are received by the Contracting Officer NO LATER THAN 1:00 P.M. CENTRAL TIME ON FRIDAY, DECEMBER 22, 2017. Faxed quotes will not be considered. The e-mail addresses where quotes are to be sent is: kathryn_logsdon@nps.gov 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 7, 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 811420 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/140P6218Q0010/listing.html)
 
Place of Performance
Address: Lincoln Home National Historic Site Visitor Center 426 S. 7th Street Springfield IL 62701 USA
Zip Code: 62701
 
Record
SN04761053-W 20171210/171208230541-8aa3c45d87767c00eda9e5892c66f5f3 (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.