SOLICITATION NOTICE
55 -- Lumber-CANA
- Notice Date
- 4/3/2020 4:48:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321113
— Sawmills
- Contracting Office
- SER SOUTH MABO (54000) HOMESTEAD FL 33034 USA
- ZIP Code
- 33034
- Solicitation Number
- 140P5420Q0010
- Response Due
- 4/27/2020 12:00:00 AM
- Archive Date
- 07/31/2020
- Point of Contact
- Stefanos, Mary
- E-Mail Address
-
Mary_Stefanos@nps.gov
(Mary_Stefanos@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- See attached PDF for a clearly formatted version of the below information. Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5420Q0010 Posted Date: 03 Apr 20 Response Date: 27 Apr 20 Product or Service Code: 5510 (Lumber and Related Wood Materials) Set Aside: Total Small Business NAICS Code: 321113 (Sawmills) Contracting Office Address NPS, SER - South MABO 40001 SR 9336 Homestead, FL 33034 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05 dated March 30, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 321113, with a small business size standard of $15M. This synopsis page combined with the posted Standard Form 18 and the attached lumber list (attachment #1) will make a complete solicitation package. A fully formatted version of this solicitation is also attached. This Acquisition may result in a firm fixed price purchase order. The South Major Acquisition Buying Office (MABO), 40001 SR 9336, Homestead, FL 33034 is seeking the procurement of multiple sizes of pressure treated lumber as specified in attachment #1. All interested companies shall provide a quote for the total of the lumber on the SF 18 along with a completed lumber list with prices and a total. All interested companies shall provide a quote for the following: Supplies Line Item Description Quantity U/I Unit Price Total Price 0010 Lumber per attached 1 lot _________ _________ Delivery Period: We anticipate delivery within 30 days from receipt of order. If that is not achievable, include your best delivery time in your quote. Delivery Location: 1434 CNS Maintenance Road, Titusville, FL 32796 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, �Instructions to Offerors�Commercial Items� (Mar 2020) 2. FAR 52.212-2, �Evaluation � Commercial Items� (Jan 2017) 3. FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� (Mar 2020) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, �Contract Terms and Conditions�Commercial Items� (Oct 2018) -FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders� (Mar 2020) The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) 52.204-18 Commercial and Government Entity Code Maintenance. (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Dec 2019) 52.202-01 Definitions. (NOV 2013) 52.203-98 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-02) (Feb 2015) 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Mar 2015) 52.204-8 Annual Representations and Certifications (Dec 2019) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.211-8 Time of Delivery (Nov 2016) 52.212-3 Offeror Representations and Certifications � Commercial Items (Dec 2016) 52.212-4 Contract Terms and Conditions � Commercial Items (Jan 2017) 52.213-1 Fast Payment Procedure (May 2006) 52.215-6 Place of Performance (Oct 1997) 52.215-8 Order of Precedence � Uniform Contract Format (Oct 1997) 52.216-1 Type of Contract (APR 1984) 52.219-1 Small Business Program Representation (Oct 2014) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000.00 (May 2014) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-50 Combating Trafficking in Persons. (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658(Dec 2014) 52.223-2 Affirmative Procurement of Biobased Products Under Service Construction Contracts (Sep 2013) 52.223-6 Drug-Free Workplace (May 2001) 52.223-17 Affirmative Procurement of EPA-designated Items in Service & Construction Contracts (May 2008) 52.225-13 Restrictions on Certain Foreign Purchases. (JUN 2008) 52.225-18 Place of Manufacture. (MAR 2015) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) 52.232-1 Payments (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.233-3 Protest after Award. (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (AUG 1989) 52.243-1 Changes - Fixed-Price. (AUG 1987) 52.246-2 Inspection of Supplies � Fixed Price (Aug 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short-Form) (Apr 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.249-8 Default (Fixed-Price Supply and Service) 52.253-1 Computer Generated Forms (Jan 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) DOI ELECTRONIC INVOICING 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: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, quantity, price and delivery date. 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) 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 quotation. (End of Clause) All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18) and the completed lumber list with pricing and a total. The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. You must include your total price, best delivery time and your DUNS number on the form along with an acknowledge any amendments in your email submitting your quote. All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Emailed confirmation of offer will be sent by the government. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received by the deadline of 10am ET on April 27, 2020). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). This is an open-market combined synopsis/solicitation for supplies as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. By signing the SF-18, the contractor accept all the terms and conditions of the Solicitation. This is an all-or-none solicitation. EVALUATION CRITERIA: Award shall be made to the quoter whose quotation offers the best value to the government, (includes all sizes and quantities of lumber) considering delivery time, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance and (3) delivery time which are all equally weighted. The Contracting Officer may use information from other sources to evaluate past performance. This includes, but is not limited to, Past Performance Information Retrieval System (PPIRS). Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on April 22, 2020 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. Attachments: SF18 Atch #1 Lumber List Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c440a7d01f564ef7990e66b3f17b1791/view)
- Place of Performance
- Address: 1434 CNS Maintenance Road, Titusville, FL 32796, USA
- Zip Code: 32796
- Country: USA
- Zip Code: 32796
- Record
- SN05610108-F 20200405/200403230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |