Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2018 FBO #5993
SOLICITATION NOTICE

99 -- PURCHASE CANNON TUBES (12LB AND 6LB)

Notice Date
4/19/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NPS, MWR - Missouri MABO 11 North 4th Street St Louis MO 63102 US
 
ZIP Code
00000
 
Solicitation Number
140P6218Q0025
 
Response Due
4/13/2018
 
Archive Date
4/28/2018
 
Point of Contact
Bochenek, Michael
 
Small Business Set-Aside
Total Small Business
 
Description
X:NOGRN Solicitation Number: 140P6218Q0025 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) This solicitation, 140P6218Q0025, shall serve as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87-1 (Effective 03/16/2016) [FAR obtained from AFLCMC HIBB via http://farsite.hill.af.mil/vffara.htm] (iv) This procurement is classified: Small Business Set-Aside. Size Standard: 750 Employees The Associated North American Industrial Classification Standard (NAICS) is 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing (v-vi) -------------------------------------------------------------------------------------------------------------------------------------------- The contractor shall provide: LI 00010: Reproduction M1841, 12 Pound Cannon Barrels Quantity: 6 each Please include any shipping cost in unit price FOB: Destination Pea Ridge National Military Park 15930 East Highway 62 Garfield, Arkansas 72732-9532 The contractor shall provide: LI 00020: Reproduction M1857, 6 Pound Cannon Barrels Quantity: 11 each Please include any shipping cost in unit price FOB: Destination Pea Ridge National Military Park 15930 East Highway 62 Garfield, Arkansas 72732-9532 -------------------------------------------------------------------------------------------------------------------------------------------- SPECIFICATIONS REPRODUCTION U.S. MODEL 1841 6 POUNDER GUN AND REPRODUCTION U.S. MODEL 1857 12 POUNDER NAPOLEON GUN NON-FIRING FOR FIELD DISPLAY Pea Ridge National Military Park Garfield, AR The work of this project shall consist of providing all labor, supplies, materials and equipment for the manufacture of reproduction U.S. Model 1841 6 pound gun (tubes), iron, AND all labor, supplies, materials and equipment for the manufacture of reproduction U.S. Model 1857 12 pound Napoleon gun (tubes), iron. The intended use of the guns shall be for static, non-firing display on the battlefield. The gun shall conform in all principle dimensions and weights as specified in the 1861 Ordnance Manual for the use of the Officers of the United States Army, Chapter I, Ordnance, (Attachment 1), unless otherwise stated in the following Scope of Work: Material: The acceptable material used in casting the gun is class 30 or better cast iron. Bore: Since the intended use is as a non-firing display piece, the gun does not have to be bored its full length. The muzzle will be bored a minimum of 12 inches for appearance purposes. Vent: Since the intended use is as a non-firing display piece, the vent does not have to be drilled. Markings: The manufacturer may place their company's identification stamp ONLY on the underside of the gun between the trunnions. Any additional stampings or markings are at the discretion of the receiving park office. The receiving office will proved a formal property number to the contractor for stamping on the barrel(s). Exterior Finish: There will be no gouges, holes, voids, cracks, burrs or other imperfections on the exterior finish of the gun. All traces of lathe marks will be removed, leaving a smooth finish. The exterior finish of the gun shall be primed (1 coat) and painted (2 coats) with high-quality, gloss latex bronze metallic metal paint. Sights: No sights are required. Changes or Substitutions: No changes or substitution of materials and/or design shall be made without the written approval of the contracting officer. Inspection and Acceptance: The government shall have the option of inspecting the gun(s) at the park site and shall have up to seven days to perform a final inspection once the gun(s) is delivered to the site. The contractor agrees the gun(s) shall be returned at the contractor ¿s expense if not meeting specifications. The contractor agrees to perform the necessary changes or the purchase agreement shall be cancelled. Contractor ¿s Warranty: The contractor shall warrant all parts and labor for a period of two years from date of acceptance of delivery. The contractor shall replace without cost to the government any part that fails due to manufacturing or material defect during the warranty period. All costs of transportation of the gun for repair covered by warranty will be at the expense of the contractor. End of Specifications Delivery Instructions: Carrier delivering tubes must be able to off load without assistance from the receiving party. Carrier will coordinate with receiving point of contact for specific delivery locations within the Park. Quotes are required to be received NO LATER THAN (NLT) 4:00 P.M. CST, 13 April 2018. Submit written offers ONLY. Oral offers will not be accepted. Please send any questions or comments via email NLT 11 April 2018 to: Michael_bochenek@nps.gov All quotes must be sent to the attention of Michael Bochenek via email to:Michael_bochenek@nps.gov Quotes should conform to the CLIN structure as established in this synopsis/solicitation. Quotes shall be valid through 13 May, 2018. The following provisions are included by full text: 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (xi) (a) The Government will 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 factors shall be used to evaluate offers: 1. Price 2. Technical Acceptance i.Technical capability will be evaluated by how well the proposed products meet the Government ¿s specifications (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) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representations (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. 113Â ¬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) This solicitation and resultant contract contains provisions and clauses that may be included by reference. You may view provisions or clauses incorporated by reference at this website: http://farsite.hill.af.mil (xii) The following clauses within 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50 Combat 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 DOI ELECTRONIC INVOICING 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: None 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 CCR) 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 Clause) (xiii) All firms or individuals responding must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be considered for award. IAW FAR 9.405(a); Contractors debarred, suspended, or proposed for debarment as listed in the SAM Exclusions Listing are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to, or consent to subcontracts with these contractors. IAW FAR 9.103, Purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218Q0025/listing.html)
 
Record
SN04895453-W 20180421/180419230719-fd31342640fabdd3376f02f713b76ed7 (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.