Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
SOLICITATION NOTICE

61 -- CHIS Solar Array

Notice Date
8/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
140P8418Q0108
 
Archive Date
9/21/2018
 
Point of Contact
Jack Northcutt, Phone: (541) 883-6884
 
E-Mail Address
jack_northcutt@nps.gov
(jack_northcutt@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for solar array components, commercial items, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-99 of July 16, 2018. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8418Q0108 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Industry Classification System code is 334413 and the size standard is 1,250 employees. SCOPE: The National Park Service (NPS) has a requirement for 160 solar panels, roof and ground mounting systems, batteries and a power panel to replace an existing system on Santa Rosa Island. Satellite photographs of the existing system may be seen at: 33°59'56.2"N 120°03'55.0"W, 34°00'11.2"N 120°03'06.5"W, and 34°00'10.7"N 120°03'34.9"W DELIVERY: NPS, Channel Islands National Park, 1901 Spinnaker Drive, Ventura, CA 93001 PERIOD OF PERFORMANCE: 60 days ARO preferred PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury. TERMS AND CONDITIONS: The following FAR provisions and clauses apply: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors -- Commercial Items 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full) 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-2, Evaluation -- Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside of Orders 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 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.247-34, F.O.B. Destination 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. 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: VENDOR'S ITEMIZED INVOICE. F ailure to attach the required documentation as specified above will result in the IPP invoice being rejected. 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. INSTRUCTIONS TO OFFERORS: Quotations are due Thursday, September 6, 2018 at 4:00 PM, PT to the attention of: Jack Northcutt, Contracting Officer, Crater Lake National Park at email: jack_northcutt@nps.gov. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by return e-mail, you must contact Contract Specialist for confirmation). Any quotation received after 4:00 pm Pacific Time will be considered late and will not be further considered. To be eligible for award, Offerors must have an active SAM record at http://www.sam.gov at the time of award, including the completed "Reps & Certs" section within their online active SAM record. To ensure Offerors' questions are adequately addressed and appropriate action taken prior to submission of offer, questions must be received in writing no later than two calendar days prior to quotation due date shown in the latest amendment. Questions and/or comments received after this time may or may not be addressed prior to the solicitation closing date. EVALUATION OF OFFERS: 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, on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards. All non-cost factors will be evaluated on a pass/fail basis. The following factors will be used to evaluate the offers: 1. Technical Acceptability - The technical factor will be evaluated to determine whether the items proposed in the offeror's quote satisfy the government's minimum requirements as identified in the solicitation documents. 2. Price The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. QUOTATION PACKAGE (WHAT TO SUBMIT): Include the following: 1. Price quote - use the form below or your firm's letterhead. The quote must include the following information: Company Name, Contact Name, Phone Number and email, Company DUNS No., Acknowledgement of Amendments (if any), Pricing, Description, and Availability for each line item. 2. If your quotation contains brands and models other than those specified, include descriptive literature such as manufacturers' cut sheets, item specifications, or a clear reference to information readily available to the Contracting Officer. 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. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. THE POINT OF CONTACT FOR THIS SOLICITATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: jack_northcutt@nps.gov Do NOT contact or send quotes to the default Contracting Office Address in Denver, Colorado RFQ No. 140P8418Q0108 Solar Array Channel Islands National Park Ventura, CA Line Item Description Qty Unit Price/Unit Extended Price 1 Unirac Solarmount or Equal. Roof mount with 26 panel configuration. 3 EA 2 Unirac Solarmount or Equal. Ground mount with 82 panel configuration. 1 EA 3 Sunpower X21-345-COM solar panels, or Equal 160 EA 4 Outback 14.4Kw FLEXware Power Panel. P/N: OBFW10-VFR3648/Q or Equal 1 EA 5 GNB Absolyte GP 1-100G45 AGM 2 volt battery module or Equal 24 EA TOTAL ($) F.O.B. DESTINATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8418Q0108/listing.html)
 
Record
SN05047235-W 20180823/180821230939-e1ecd69674b2631f388d774ec24493f7 (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.