MODIFICATION
56 -- Purchase Qnty 27 Wooded Sash Windows
- Notice Date
- 5/8/2018
- Notice Type
- Modification/Amendment
- NAICS
- 321911
— Wood Window and Door Manufacturing
- Contracting Office
- NPS, MWR - Missouri MABO 11 North 4th Street St Louis MO 63102 US
- ZIP Code
- 00000
- Solicitation Number
- 140P6218Q0038
- Response Due
- 5/11/2018
- Archive Date
- 5/26/2018
- Point of Contact
- Nelson, Colton
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Solicitation Number: 140P6218Q0038 Notice Type: Combined Synopsis/Solicitation Synopsis: 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; quotes are being requested. All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6218Q0038 and is issued as a Request for Quotation (RFQ) under FAR Part 12 Acquisition of Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97. The FAC is available at https://www.acquisition.gov/FAR. This is a 100% Women Owned Small Business set-aside under NAICS Code 321911, Window Frames and Sash, Wood and Covered Wood, Manufacturing with small business size standard of 1,000 employees. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov in order to be considered for award. This procurement is to purchase total quantity of 27 Wooden Sash Windows. Salient Characteristics are listed below. Windows are to be delivered to: National Park Service Buffalo National Park 170 Ranger Road, St. Joe, AR 72675 Salient Characteristics: -Cedar or Premium Grade wood --If a premium grade type of wood is used, then the premium grade type of wood must be paintable or stainable. -Must match muntin profile of historic windows already installed on site (see Attachment 1). -Sash type windows only -Window's glass will be installed prior to delivery 00010 Window 20 Inch X 28 Inch -4 Pane -Quantity: 6 -Delivery: Delivery price must be incorporated into unit price 00020 Window 28 Inch X 28 Inch -4 Pane -Quantity: 6 -Delivery: Delivery price must be incorporated into unit price 00030 Window 23 Inch X 43 Inch -6 Pane -Quantity: 2 -Delivery: Delivery price must be incorporated into unit price 00040 Window 28 Inch X 29 Inch -4 Pane -Quantity: 11 -Delivery: Delivery price must be incorporated into unit price 00050 Window 32 Inch X 33 Inch -6 Pane -Quantity: 2 -Delivery: Delivery price must be incorporated into unit price Clauses and Provisions: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-50, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Addendum to 52.212-2 Evaluation of Quotes (a)The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: 1.Price 2.Technical: Product Specification Sheet - A specification sheet of the requested product must be provided. Sheet must clearly identify listed salient characteristics of requested windows. 52.219-30 Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program. As prescribed in 19.1507, insert the following clause: NOTICE OF SET-ASIDE FOR, OR SOLE SOURCE AWARD TO, WOMEN-OWNED SMALL BUSINESS CONCERNS ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM. (DEC 2015) (a) Definitions. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. "WOSB Program Repository" means a secure, Web-based application that collects, stores, and disseminates documents to the contracting community and SBA, which verify the eligibility of a business concern for a contract to be awarded under the WOSB Program. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for, or awarded on a sole source basis to, WOSB concerns eligible under the WOSB Program; (2) Part or parts of a multiple-award contract that have been set aside for WOSB concerns eligible under the WOSB Program; and (3) Orders set aside for WOSB concerns eligible under the WOSB Program, under multiple-award contracts as described in8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from WOSB concerns eligible under the WOSB Program. Offers received from concerns that are not WOSB concerns eligible under the WOSB program shall not be considered. (2) Any award resulting from this solicitation will be made to a WOSB concern eligible under the WOSB Program. (3) The Contracting Officer will ensure that the apparent successful offeror has provided the required documents to the WOSB Program Repository. The contract shall not be awarded until all required documents are received. (d) Agreement. A WOSB concern eligible under the WOSB Program agrees that in the performance of the contract for- (1) Services (except construction), the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees; (2) Supplies or products (other than procurement from a non-manufacturer in such supplies or products), the concern will perform at least 50 percent of the cost of manufacturing the supplies or products (not including the costs of materials); (3) General construction, the concern will perform at least 15 percent of the cost of the contract with its own employees (not including the costs of materials); and (4) Construction by special trade contractors, the concern will perform at least 25 percent of the cost of the contract with its own employees (not including cost of materials). (e) Joint Venture. A joint venture may be considered a WOSB concern eligible under the WOSB Program if- (1) It meets the applicable size standard corresponding to the NAICS code assigned to the contract, unless an exception to affiliation applies pursuant to 13 CFR 121.103(h)(3); (2) The WOSB participant of the joint venture is designated in the System for Award Management as a WOSB concern; (3) The parties to the joint venture have entered into a written joint venture agreement that contains provisions - (i) Setting forth the purpose of the joint venture; (ii) Designating a WOSB concern eligible under the WOSB Program as the managing venturer of the joint venture, and an employee of the managing venturer as the project manager responsible for the performance of the contract; (iii) Stating that not less than 51 percent of the net profits earned by the joint venture will be distributed to the WOSB; (iv) Specifying the responsibilities of the parties with regard to contract performance, sources of labor, and negotiation of the WOSB contract; and (v) Requiring the final original records be retained by the managing venturer upon completion of the WOSB contract performed by the joint venture. (4) The joint venture must perform the applicable percentage of work required in accordance with paragraph (d) above; and (5) The procuring activity executes the contract in the name of the WOSB concern eligible under the WOSB Program or joint venture. (f) Nonmanufacturer. A WOSB concern eligible under the WOSB Program that is a non-manufacturer, as defined in 13 CFR 121.406(b) or 19.102(f), may submit an offer on a WOSB requirement with a NAICS code for supplies, if it meets the requirements under the non-manufacturer rule set forth in those regulations. (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: Vendor's Invoice, along with any other supporting documentation as stipulated by the Contracting Officer. 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. (End of Clauses and Provisions) Additional Contract Requirements: Instructions to Offers a. Quotes shall be submitted electronically to colton_nelson@nps.gov b. Questions in regards to this solicitation are due no later than Friday, May 4, 2018 at 12:00 CST. c. All quotes must be submitted by the due date in order to be considered. Quotes are due Friday, May 11, 2018 at 12:00 CST d. A picture of the muntin profile is attached to this solicitation as Attachment 1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218Q0038/listing.html)
- Record
- SN04914222-W 20180510/180508230859-ceea681957516c42b84bc07cdfdb8cbf (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 |