The RFP Database
New business relationships start here

Replace Cannon Carriages for use with Reproduction


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

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

(ii) This solicitation is issued as Request for Quote 140P4319Q0028.

(iii) The solicitation, provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.

(iv) The proposed contract is 100% set-aside for small business concerns under NAICS code: 332994, Small Arms, Ordnance, and Ordnance Accessories Manufacturing (https://www.census.gov/eos/www/naics/); Small business size standard: 1,000 employees (https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/table-small-business-size-standards). All responsible small business concerns may submit a quote which shall be considered by the National Park Service (NPS).

(v) Refer to the price schedule on the attached Standard Form 1449 for a list of line item number(s) and items, quantities, and units of measure, (including option(s), if applicable).

(vi) Description of requirements for each line item: Contractor shall provide necessary project management, labor, tools, equipment, shipping, transport, and materials and insurance, to perform work to reproduce and install the items listed below. This will include developing construction drawings, and mounting of existing cannon tubes on new carriages. These cannons are not used for firing demonstrations. The cannons help to set an accurate scene for visitors, depicting the munitions that existed at the time of the battle.

DELIVERABLES:

Design/assembly drawings for carriages based on accepted quote.
Delivery and installation of cannon carriages for base supplies and additional options (if applicable).
As-built drawings for carriages based on accepted quote.

A) Base includes Firm-Fixed-Price for two (2) light field style wooden cannon carriages for three-pounder cannons. See Attachment 0001, Statement of Work. (The Statement of Work includes specifications and drawings.)

B) Option 1 includes Firm-Fixed-Price for a light field type cannon carriage for one (1) four-pounder cannon. See Attachment 0001, Statement of Work. (The Statement of Work includes specifications and drawings.)

C) Option 2 includes Firm-Fixed-Price t for a light field type cannon carriage for one (1) four-pounder cannon. See Attachment 0001, Statement of Work. (The Statement of Work includes specifications and drawings.)

D) Option 3 includes Firm-Fixed-Price for a light field type cannon carriage for one (1) four-pounder cannon. See Attachment 0001, Statement of Work. (The Statement of Work includes specifications and drawings.)

Submittals are required. See Attachment 0001, Statement of Work. (The Statement of Work includes specifications and drawings.)

(vii) Date(s) and place(s) of delivery and acceptance and FOB point: Saratoga National Historical Park, Stillwater, NY.

Delivery: The contractor shall complete all deliveries so as to insure receipt by the NPS within 183 days of award. The contractor shall coordinate the exact dates and times of delivery with the NPS, at least one week in advance.

Place of Delivery: The contractor shall deliver all items to Saratoga National Historical Park in Stillwater, NY.

(viii) FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision can be accessed at https://www.acquisition.gov/browsefar. In addition to the requirements noted in 52.212-1; quotes shall contain the documents and information noted in below.

(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:
B?    ProposerB?s Company Name;
B?    Performed as Prime Contractor or Subcontractor?
B?    Referenced Company Name;
B?    Contract Number/Contract Title;
B?    Period of Performance;
B?    Initial Award Dollar Value;
B?    Final Awarded value;
B?    Description of the Work Performed and Location (including description of
preferences, if applicable); and
B?    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:

B?    Past performance information may be provided by the offeror, as solicited.

B?    Past performance information may be obtained from questionnaires tailored to the circumstances of the acquisition.

B?    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)

(ix) FAR provision 52.212-2, Evaluation -- Commercial Items, applies to this solicitation.

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 GovernmentB?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 B?neutralB?) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered B?acceptable.B?

3) Price. The NPS shall analyze prices, in accordance with the FAR. The Contracting Officer must determine the prices as fair and reasonable.

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)

(x) FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. Quoters shall complete provision 52.212-3 at the GovernmentB?s System for Award Management (SAM), https://www.sam.gov/portal/SAM/#1.

(xi) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

(xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses are cited: 52.204-10, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-3 Alternate III, 52.225-13, and 52.232-33.

(xiii) Additional contract requirement(s) or terms and conditions:

a) Contract Type: Firm-Fixed-Price.

b) Applicable FAR Parts: This acquisition is being conducted per the procedures authorized by FAR Parts 12 and 13.

c) Clauses: See the attached provisions and clauses that apply to this solicitation and the subsequent purchase order.

d) Pre-proposal Site Visit:

The Government urges and expects Quoters to visit the work site prior to submitting a quote. The NPS does not anticipate conducting an organized site visit; however, Quoters who wish to view the site may do so by making an appointment. All site visits must be completed at least 2 days prior to the date quotes are due. Quoters may schedule an appointment by contacting:

Jason Huart
Facility Manager
Saratoga National Historical Park
518-670-2970 (w)
518-441-7805 (c)
jason_huart@nps.gov

Other Information:     
The Government strongly encourages contractors who will be attending the pre-proposal site visit check weather & road conditions before leaving their home office.

(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.

(xv) The date, time and place Quotes are due:
Submit to: David Barceleau at david_barceleau@nps.gov.
Due Date / Time: Submit so as to insure Government receipt by 2:00 pm Eastern, 07/26/2019.

(xvi) Please contact David Barceleau at david_barceleau@nps.gov if you have any questions regarding this solicitation.

Barceleau, David

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP