The RFP Database
New business relationships start here

WHIS-Corrugated Steel Culverts, Bands & Flares


Colorado, 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 to supply and delivery of corrugated galvanized 12 gauge 60 inch culverts, 48 inch and 36 inch culverts(400 linear feet of each size), with bands and flares to Whiskeytown National Recreation Area, delivery to be 3 miles past 144412 Kennedy Memorial Drive to the Whiskeytown Environmental School, Whiskeytown, CA 96095 for off-loading. This is a commercial item, 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 (FAC) 2019-03 (effective 7/12/2019). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisiton.gov/browse/index/far. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 1409P8419Q0070, and the solicitation is issued as a Request for Quotation (RFQ). The North American Industrial Classifications System (NAICS) is 332313, Plate Work Manufacturing, with an associated small business size standard of 750 employees. This solicitation for a supply, is a 100% total small business set-aside, and will result in a firm fixed price contract determined by best value to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government price and technically acceptable.


1.0 SCOPE
Whiskeytown National Recreation Area is seeking a vendor to supply and deliver culverts, flares and applicable bands and flares needed include;
1. 400 linear feet (20- twenty foot lengths) of 12 gauge 60 Inch Corrugated Culvert
2. 19- 60 inch bands
3. 10- 60 inch flares
4. 400 linear feet (20- twenty foot lengths) of 12 gauge 48 Inch Corrugated Culvert
5. 19- 48 inch bands
6. 10- 48 inch flares
7. 400 linear feet (20- twenty foot lengths) of 12 gauge 36 Inch Corrugated Culvert
8. 19- 36 inch bands
9. 10- 36 inch flares
PLASTIC CULVERTS WILL NOT BE ACCEPTED DUE TO THEIR FLAMMABILITY.


DELIVERY LOCATIONS:
Contractor shall deliver culverts to location as coordinated by the Contracting Officers Representative (COR).
Whiskeytown National Recreation Area located 8 miles west of Redding California off State Hwy 299 West. Each delivery location is within 6 miles of the parks east boundary on State Hwy 299 and easily accessible. No back country locations will be accessed for delivery of these supplies for this project.
From I-5 heading north, merge onto CA-44 via EXIT 678 toward Eureka. Turn right onto CA-299 W/CA-273 N/Pine ST. CA-299 W is just past East St on the corner. Take the 1st left onto Eureka Way/CA-299 W/CA-273N. Continue to follow Eureka Way/CA-299 (9.3 mi). From the Park boundary on State Hwy 299, turn left onto JF Kennedy Memorial Drive and proceed forward approximately 1.5 miles turning left onto Paige Boulder Road just before the dam. Continue approximately 3 miles to Whiskeytown Environmental School where these materials will then be off-loaded. Park will offload with forklift or applicable piece of equipment.
The projects Period of Performance is expected to commence and be completed between Aug 9, 2019 and September 30th, 2019.


GOVERNMENT-FURNISHED PROPERTY:
No Government furnished property will be provided to the contractor for this project however, park personnel will be available to assist in off-load.


SECURITY AND USE OF PREMSES:
Work will be performed during business hours. Contractor will be issued park pass for the duration of the project. After hour and / or weekend work must be pre-approved by the COR and access keys may be issued if needed. Weekend work is not typical.


Contractor shall at all times conduct his operations to ensure the least inconvenience to the public. The site will be accessible Monday through Friday unless otherwise approved by the COR. Temporary fencing, flagging and barricades will be required and placed by the NPS when necessary to safely secure the worksite. Sites to remain open during construction and the contractor must work safely around visitors. The contractor shall maintain a clean and safe worksite at all times.


Contractor must protect all natural resources including trees and plants within the construction site. If natural resource damage occurs, the contractor is responsible for the restoration, repair or replacement of any damaged resources at no additional expense to the government.


Do not remove, injure or destroy trees or other plants without prior approval. Contractor must consult with the COR before removing any agreed-upon roots and branches that may interfere with construction. Provide temporary barriers to protect existing trees, plants and root zones, if applicable.


Do not fasten ropes, cables or guy lines to existing trees.

Hauling restrictions:
Comply with all legal load restrictions in the hauling of materials. Load restrictions on park roads are identical to the State load restrictions with such additional regulations may be imposed by the Park Superintendent. Information regarding rules and regulations for vehicular traffic on park road ways may be obtained from the office of the Park Superintendent. A Special permit will not relieve the contractor of liability for damage, which may result from moving equipment.



ALL OFFERS MUST INCLUDE DESCRIPTIVE DETAILED PRODUCT LITERATURE.

All quotes shall include warranty information, extended warranty availability and pricing information, includes delivery


CLAUSES & PROVISIONS


CLAUSES (apply to awarded contract):


52.252-2, Contract 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 address: www.acquisition.gov/far.


52.204-13, System for Award Management Maintenance (Oct 20I8);
52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014);
52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018);
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.242-15, Stop Work Order (Aug 1989);
52.242-17, Government Delay of Work (Apr 1984);


52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2019), with all paragraph (a) clauses incorporated; paragraph (b) clauses as follows:


X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
X (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
X (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
X (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)(29 U.S.C. 793).
X (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).
X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)(E.O. 13513).
X (i) Alternate I (June 2014) of 52.223-16.
X (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, Proclamations and Statutes administered by the Office of Foreign Assets Control of the Dept. of the Treasury)
X (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332);
No paragraph (c) clauses incorporated; all paragraph (d) clauses incorporated; all paragraph (e) clauses incorporated.


ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - Internet Payment Platform (IPP) (April 2013). Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (www.ipp.gov). "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 standard invoice, including the following elements: I) Name and address of the contractor, 2) Invoice date and invoice number, 3) Contract/purchase order number, 4) The description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed, 5) Period of Service for services rendered, 6) Name (where practicable), title, phone number, and mailing address of person to notify in the event of an improper invoice. 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 www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after 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. This action is for the federal government and is exempt from state and local sales tax (Tax Exempt ID #140001849).


PROVISIONS (apply to this solicitation):


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 address: www.acquisition.gov/far.
52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Jan 2017);
52.204-7, System for Award Management (Oct 2018) - Offerors must be actively registered in the SAM.gov on-line database, at website address www.sam.gov. Active registration means that at time of award registration status in SAM reads "active";


52.204-16 Commercial and Government Entity Code Reporting (Jul 2016);
52.204-17 Ownership or Control of Offeror (Nov 2014)
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.204-20 Predecessor of Offeror (Apr 2016)
52.212-1, Instructions to Offerors - Commercial Items (Oct 2018);
52.212-2, Evaluation-Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, on the basis of lowest total price, considering price and past performance. Evaluation factors other than price, when combined, are approximately equal to price. The government reserves the right to make award without discussions. The government reserves the right to cancel this solicitation; Offerors must include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018), with quote, or have completed the reps/certs section in their SAM.gov registration;
52.222-22, Previous Contracts and Compliance Reporting (Feb 1999).
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (Aug 2018).


QUESTIONS REGARDING THIS REQUEST FOR QUOTE. Questions must be received in writing no later than five (5) 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. Send email question(s) to Lyn¬_Giddings@nps.gov and reference the solicitation number in the subject line of the email, e.g., "140P8419Q0070/QUESTION."


WHAT TO SUBMIT - CONTENTS OF QUOTE
- Standard Form 18 (SF-18), Request for Quotations: Complete blocks 13 through 16 (see page 6). An official having the authority to contractually bind the offeror's company must sign the SF-I8 in accordance with the procedures prescribed in FAR 4.102;
- Fill in prices on the price schedule in section 4;
- Acknowledge any amendments issued (if issued, these will be on Standard Form 30); 8.4- Provide your legal business name, 9 digit numeric DUNS number, point of contact name, telephone number, and email address (the DUNS number will be verified in the SAM.gov database including reps/certs - - refer back to clauses 52.204-7 and 52.212-3 above);
- Submit either the filled out reps/certs provision 52.212-3 manually or have completed reps/certs in SAM.gov. NOTE: In accordance with the clause 52.219-28 (as incorporated by reference in Section 6 above), if the Offeror does not have a representation in SAM for the NAICS code applicable to this solicitation, the Offeror may be required to complete a rerepresentation and submit to the Contracting Officer prior to award, so that the Contracting Officer can verify Offeror's small business size status for NAICS 332313 as part of responsiveness;


HOW AND WHEN TO SUBMIT QUOTE. Quotations shall only be accepted through electronic mail addressed to: Lyn_Giddings@nps.gov; Include the Request for Quotation number (140P8419Q0070) in the subject line of your email. All quotation documents required by this solicitation must be uploaded and received in their entirety no later than July 31, 2019 at 5:00pm Pacific Time. Quotations submitted by hardcopy or the Fed Connect web portal or Fed Connect Message Center shall not be accepted or considered. It is the responsibility of the contractor to verify receipt by the Purchasing Agent, Lyn Giddings, before the closing date/time of the RFQ. The Purchasing Agent can be reached at (707) 465-7316 or lyn_giddings@nps.gov.


 


 


 


 


Valerie Giddings, Buyer (Warranted), Phone (707) 465-7316, Email lyn_giddings@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP