The RFP Database
New business relationships start here

Fabrication and Delivery of Tactiles at Sleeping B


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

Project consists of Fabrication and Delivery of Tactiles for SMI Lighthouse, Sleeping Bear Dunes National Lakeshore, Empire, Michigan

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

This combined synopsis/solicitation is issued as a request for quotation (RFQ) under solicitation number: 140P6018Q0034.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective 15 Jun 2018. The FAC is available at https://www.acquisition.gov/FAR.

The Contractor shall comply with the attached Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items.

This procurement is a total small business set aside. The NAICS Code for this procurement is 541430. The Small Business Size Standard is $7.5 Million.

Place of Performance: Empire, Michigan, zip code: 49630.

All vendors who can meet this requirement, have a valid Dun & Bradstreet Number (DUNS) and have an active registration in the System for Award Management (SAM) are invited to submit a quotation for this posted RFQ. The website for SAM is: https://www.sam.gov/portal/SAM/.

FAR 52.212-2, Evaluation -- Commercial Items. This acquisition will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quotation that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price.

All Offerors 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): 52.203-6 Alt I, 52.204-10, 52.219-28, 52.222-3, 52.222-19,
52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.232-34,
52.237-1, 52.237-2 and the following clauses in paragraph (c) 52.222-41,52.222-42, 52.222-43, 52.222-50, 52.222-55, The full text of the referenced FAR clauses may be accessed
electronically at https://www.acquisition.gov/far/

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 52.212-1 applies to this acquisition, all Offerors must comply with the following commercial item terms and conditions, which are incorporated herein:

Period of Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." The offeror shall make a clear statement in the quote documentation that the quote is valid until this date.



Please be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to the Department of Interior(DOI) and
National Park Service (NPS).

This project is subject to the Service Contract Act: Wage Determination No.: 2015-4877, Revision 6, dated 01/10/2018.


This combined synopsis/solicitation is for the following commercial item(s):

LINE ITEM    DESCRIPTION                        PRICE
010    Solid Terrain 3D Model with included Elements:     $
Fresnel Lens Tactile Element, Standard Lighthouse Design Element
and United States Lighthouse Service Insignia Element

The vendor shall provide the items above in accordance with the following:
1.    Combined Synopsis/Solicitation
2.    Scope of Work
3.    Wage Determination 15-4877 (Rev.-6), Leelanau County, MI
4.    Clauses and Provisions
5.    Attachment A - Model Coverage
6.    Attachment B - Basis of Design Report 57 combined
7.    Attachment C - Basis of Design Report combined
8.    Attachment D - HSRCLR1999 Existing Conditions
9.    Attachment E - SD Set Combined
10.    Attachment F - Tactile Wayside Map Guidelines
11. Attachment G - SMI Replica Fresnel Lens
12. Attachment H - Standard Lighthouse Design Drawing
13. Attachment I - Seal of the U.S. Lighthouse Service

Offeror Submission Instructions and Limitations:
To assure timely and equitable evaluation of quotes, offerors must follow the instructions
contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in
addition to those identified as evaluation factors. The offeror shall submit in their quote
all requested information specified in this section of the Request for Quote (RFQ) at or
before the exact time specified. Failure to meet a requirement may result in an offer being
ineligible for award.

Instructions for Submission of Quotations
1.    Any questions pertaining to this solicitation must be sent via email to dorothy_qualley@nps.gov on or before July 30, 2018. All questions will be answered in an Amendment to this solicitation and posted on fbo.gov.
2.    Quotations shall be submitted electronically to dorothy_qualley@nps.gov
3.    All quotes must be submitted by the due date in order to be considered. Quotes are due Monday, August 3, 2018 at 2:00 P.M. CT
4.    At a minimum, offers must include:
a.    The completed Standard Form 18:
i.    Complete blocks 11c,d,e,f and all parts of blocks 13,14,15 and 16.
ii.    Provide your companies DUNS number and CAGE code under which
your offer is made.
b. See highlighted sections in Provisions and Clauses and complete as
required. A completed copy of the representations and certifications can
be found FAR 52.212-3 (see FAR 52.212-3(b) for those representations
and certifications that the offeror shall complete electronically.
c. Required Documents showing:
     Factor I - Technical Capability:
Sub factor I - Strategy: Describe your plan for
accomplishing the work including a schedule of events,
and list product information.
Sub factor II - Team: Provide resumes or similar
documentation for all personnel managing and performing
the work of this project.
Sub factor III - Previous Experience: Provide a minimum of
two examples of previously completed projects completed
within the last three years that are of similar size and
scope as this project. Describe the project requirement,
work performed, and final outcome. Information should be
short and concise, but provide the Government with enough
detail to determine if the offeror meets the
Government's technical criteria.
Factor II - Past Performance: Provide contact information for
all examples in Factor I, Sub factor III above. Information
shall include name, phone number, address, and email if available.

Factor III - Price: Provide a lump sum price with a breakdown
of costs. Price will be subjectively evaluated considering total
cost of all items to reach the best value for the Government
with all factors considered.

FAR 52.212-2, Evaluation -- Commercial Items, Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used.

Quotations are due no later than 2:00 P.M. CT on July 6, 2018. All quotations must be emailed to Dorothy Qualley at dorothy_qualley@nps.gov.

Any questions regarding this solicitation should be directed to Dorothy Qualley at dorothy_qualley@nps.gov.

Vendor shall be insured.

Qualley, Dorothy

dorothy_qualley@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP