The RFP Database
New business relationships start here

FABRICATE ALUMINUM CANNON CARRIAGES


Massachusetts, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial supplies 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; quotations are being requested and a written solicitation will not be issued. The solicitation Number is 140P4318Q0098 and is issued as a Request for Quote (RFQ) in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and using the procedures of FAR Part 13, Simplified Acquisition Procedures.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99-1. The FAC is available at https://www.acquisition.gov/FAR. This is solicited as Full and Open Competition under NAICS code: 332999, All Other Miscellaneous Metal Product Manufacturing (SBA size standard $750 employees). Note: Prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract. Initiate/Update SAM registrations at ttps://www.sam.gov.
Questions shall be submitted electronically to David Barceleau at david_barceleau@nps.gov.
Submit quote in accordance with instructions found in Addendum #1 to 52.212-1 Instructions to Offerors - Commercial Items. Quotations shall be submitted electronically to David Barceleau at david_barceleau@nps.gov and are due on Tuesday, August 28, 2018 at 10:00 am ET. The Specification is attached as Attachment 0001. See RFQ provision FAR 52.212-2, Evaluation - Commercial Items for the Basis of Award.
Delivery is within 12 months of award with installation at Saratoga National Historical Park, Stillwater, NY.
A) Base includes Firm-Fixed-Price to Provide an Aluminum Cast Cannon Carriage for 2 each 3-pound Cannon in accordance with Attachment 0001, Statement of Work. (The Statement of Work includes specifications and drawings.)
B) Option 1 includes Firm-Fixed-Price to Provide an Aluminum Cast Cannon Carriage for 4-pound Cannon in accordance with Attachment 0001, Statement of Work. (The Statement of Work includes specifications and drawings.)
C) Option 2 includes Firm-Fixed-Price to Provide an Aluminum Cast Cannon Carriage for 4-pound Cannon in accordance with Attachment 0001, Statement of Work. (The Statement of Work includes specifications and drawings.)
D) Option 3 includes Firm-Fixed-Price to Provide an Aluminum Cast Cannon Carriage for 4-pound Cannon in accordance with Attachment 0001, Statement of Work. (The Statement of Work includes specifications and drawings.)
+ The provision at 52.212-1, Instructions to Offerors - Commercial with Addendum #1 to 52.212-1 Instructions to Offerors - Commercial Items, applies to this acquisition.
++ (a) Submit competed Standard Form 1449 (SF 1449) with Blocks 17a, 30a, 30b, and 30c completed. Next to each number Line Item, enter Unit Price in Block 23 and the extended price in Block 24.
(b) Acknowledgements of all issued amendments to this RFQ (if applicable).
(c) Technical Factor: Quoters shall submit between three to five examples of completed work showing recent, with-in the last five years of the date of this solicitation, experience in the reproduction and off-site installation light field style cannon carriages for same or similar three-pounder and/or four-pounder cannons described in the Statement of Work.
(d) Past Performance Factor: For the three to five examples submitted for the preceding Technical Factor, the quarter shall submit references that include the following information:
-    Proposer's Company Name;
-    Performed as Prime Contractor or Subcontractor?
-    Referenced Company Name;
-    Contract Number/Contract Title;
-    Period of Performance;
-    Initial Award Dollar Value;
-    Final Awarded value;
-    Description of the Work Performed and Location (including description of
preferences, if applicable); and
-    Include the name, address and current telephone number, email address of the
customer/owner or a representative of the owner who can attest to the quality of
the services provided.
Note: Sources of Past Performance Information for Evaluation Sources are as follows:
-    Past performance information may be provided by the offeror, as solicited.
-    Past performance information may be obtained from questionnaires tailored to the circumstances of the acquisition.
-    Past performance information may be obtained from established systems such as the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; and may be obtained from other sources available to the Government, such as the Defense Contract Management Agency; and interviews with Program Managers, Contracting Officers, Fee Determining Officials.
(End of Addendum #1 to 52.212-1: Instructions to Quoters)
+ Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer.
+ The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, applies to the FFP Line Items.
+ The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR provisions are cited: 52.203-6, 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-3 Alternate III, 52.225-13, 52.232-33.
+ The following clauses apply to this acquisition: 52.228-5, 52.232-40, 52.237-2, and
+ 52.215-21 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data - Modifications. (OCT 2010) - Alternate IV (OCT 2010)
(a) Submission of certified cost or pricing data is not required.
(b) Provide data described below: The proposal must be in detail with itemized lists of equipment, materials, labor, overhead, profit, and bond markup per item. (1). Each item must be listed at its cost to you. (2). Labor must be itemized by craft and hourly rate paid. (3). If the cost of fringe benefits is not itemized, it is assumed that there is none, or that it is included in the hourly rate shown. (4). The contractor is expected to obtain and provide with the proposal a minimum of two quotes for the supply of the materials and/or rental of equipment. (5). The contractor is expected to obtain and provide with the proposal a minimum of two quotes from subcontractors for each portion of the modification work that the contractor plans to subcontract. (End of clause)
+ 52.252-2 Clauses Incorporated by Reference. (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
For Federal Acquisition Regulation (FAR) Clauses and Provisions (those starting with "52.") see http://farsite.hill.af.mil/vffara.htm.
For Department of the Interior Acquisition Regulation System (DIARS) Clauses and Provisions (those starting with "14") see http://farsite.hill.af.mil/vfdiara.htm. (End of clause)
+ 1452.203-70 Restriction on Endorsements (JUL 1996)
The Contractor shall not refer to contracts awarded by the Department of the Interior in commercial advertising, as defined in FAR 31.205-1, in a manner which states or implies that the product or service provided is approved or endorsed by the Government, or is considered by the Government to be superior to other products or services. This restriction is intended to avoid the appearance of preference by the Government toward any product or service. The Contractor may request the Contracting Officer to make a determination as to the propriety of promotional material.
(End of clause)
+ 1452.228-70 Liability Insurance (JUL 1996)
(a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows:
(1) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(2) General liability. The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.
(3) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims.
(b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work.
(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: Invoice/Application/Requisition on Company Letterhead; include the Government's award number. 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 proposal or quotation. (End of Template)
+ The following provisions apply to the solicitation: 52.203-18, 52.204-16, 52.204-18, 52.204-22, 52.217-5, and
+ 52.212-2 Evaluation - Commercial Items. (OCT 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote represents the best value to the Government. Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Best Value will be determined using the Lowest Price Technically Acceptable Source Selection Process.
1) Technical Factor: Experience in the reproduction and off-site installation light field style cannon carriages for same or similar three-pounder and/or four-pounder cannons described in the Statement of Work.
Adjectival Rating        Description
Acceptable        Proposal meets the requirements of the solicitation.
Unacceptable        Proposal does not meet the requirements of the solicitation.
2) Past Performance Factor: Assessment of the quoter's probability of meeting the minimum solicitation requirements.
Adjectival Rating    Description
Acceptable    Based on the quoter's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the quoter's performance record is unknown. (See note below)
Unacceptable    Based on the quoter's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.
NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable."
3) Price.
Technical and past performance, when combined, are approximately equal to price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(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)
+ 52.225-18 Place of Manufacture. (MAR 2015)
(a) Definitions. As used in this clause-Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except-
(1) PSC 5510, Lumber and Related Basic Wood Materials;
(2) Product or Service Group (PSG) 87, Agricultural Supplies;
(3) PSG 88, Live Animals;
(4) PSG 89, Subsistence;
(5) PSC 9410, Crude Grades of Plant Materials;
(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) PSC 9610, Ores;
(9) PSC 9620, Minerals, Natural and Synthetic; and
(10) PSC 9630, Additive Metal Materials.
Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-
(1) ___ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or
(2) ___ Outside the United States.
(End of provision)
+ + 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
For Federal Acquisition Regulation (FAR) Clauses and Provisions (those starting with "52.") see http://farsite.hill.af.mil/vffara.htm.
For Department of the Interior Acquisition Regulation System (DIARS) Clauses and Provisions (those starting with "14") see http://farsite.hill.af.mil/vfdiara.htm. (End of provision)

Barceleau, David

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP