The RFP Database
New business relationships start here

WICR - Cannon Carriage and Tube Rehabilitation


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

Solicitation Number:
140P6219Q0050
Notice Type:
Combined Synopsis/Solicitation
Synopsis:


(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 written solicitation will not be issued.

(ii) This solicitation, 140P6219Q0050, shall serve as a Request For Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02 (6 May 2019) [FAR obtained from AFLCMC HIBB via http://farsite.hill.af.mil/vffara.htm]

(iv) The associated North American Industrial Classification Standard (NAICS) is 332812 B? Metal Coating, the small business size standard is 500 employees. This procurement is a 100% total small business set-aside.

(v)


CLIN 0010 B?     Cannon Carriage Rehabilitation IAW with attached specifications.
        
Estimated Quantity: 14 cannon carriages
Unit cost to include pickup/delivery

    Cost per cannon carriage:


CLIN 0020 B?     Cannon Tube Rehabilitation IAW with attached specifications.

        Estimated Quantity: 11 cannon tubes
Unit cost to include pickup/delivery

        Cost per cannon tube:



(vi) The National Park Service is seeking a quotation rehabilitation/refurbishing of replica cannon carriages and cannon tubes located within Wilsons Creek National Battlefield. Quoted unit cost shall include the cost of transporting the cannon carriages and tubes to the successful quoterB?s facilities and returning them to Wilsons Creek National Battlefield once work is completed. All carriages and tubes to be refurbished will be moved to a central location for pickup and may be returned to this location.

(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall contain at a minimum the following information: Company name, company DUNS, POC name, phone, and e-mail, unit of measure, unit price, and total price.

All firms or individuals responding must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be considered for award. IAW FAR 9.405(a); Contractors debarred, suspended, or proposed for debarment as listed in the SAM Exclusions Listing are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to, or consent to subcontracts with these contractors. IAW FAR 9.103, Purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only.

(ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Price and past performance will be considered when evaluating offers.

Addendum to 52-212-2

The Government will award a firm fixed priced contract resulting from this solicitation to the responsible quoter whose quote conforming to this solicitation represents the best value to the Government. The following factors and rating criteria shall be used to evaluate quotes:
1. Past Performance B? Include past performance information for three relevant projects that occurred in the past THREE years. Include name, location, a brief description of the work performed, and a current point of contact with whom the work was completed.

Acceptable - Based on the offerorB?s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offerorB?s performance record is unknown.

Unacceptable - Based on the offerorB?s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.

Not Applicable - No past performance provided.

2. Technical approach B? Quoters shall provide a description of what methods will be used to remove paint and contaminants from metal surfaces, what materials and procedures will be used to prepare the surface for coating, and what paints/enamels will be used. Quoters shall use the specifications included in Attachment 1 as guidance in preparing their technical approach.

Exceptional - Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low.

Very Good - Proposal meets requirements and indicates a through approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low.

Satisfactory - Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate.

Marginal    - Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high.

Unacceptable - Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable.

3. Location B? Location of quoterB?s facilities will be considered. A representative from Wilsons Creek National Battlefield will visit the successful quoterB?s facility to verify color and appearance of the quoterB?s recommended paint/enamel when applied to a small area of one of the cannon carriages.
4. Price - A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. If multiple contract line items are included in the price schedule, prices will also be evaluated to determine whether any line items are unbalanced. Offerors are cautioned to distribute costs appropriately.


(x) Offerors shall complete the following section of 52.212-3 B? Offeror Representations and Certifications B? Commercial Items, with its offer.

(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website.

(2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and CertificationsB?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201). (Reference clauses 52.212-3 at http://farsite.hill.af.mil/vmfara.htm)

(xi) 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.

(xii) 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2019), applies to this acquisition.

The following clauses within 52.212-5 are applicable:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
52.209-6 Protecting the GovernmentB?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-14 Limitations on Subcontracting (Jan 2017)
52.219-28 Post Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor (Jan 2018)
52.222-21 Prohibition of Segregated Facility (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-41 Service Contract Labor Standards
    Wage Determination: 2015-5087, Rev. 10, 16 July 2019
52.222-42 Statement of Equivalent Rates for Federal Hires
    Employee Class            Wage/Fringe
09010 - Electrostatic Spray Painter        $22.11/hr $8.01/hr
52.222-50 Combat Trafficking in Persons (Jan 2019)
52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015)
52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-1 Buy AmericanB?Supplies (May 2014)
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)


(xiii) Additional provisions and clauses applicable to this procurement:

Provisions:
52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)
52.211-6 Brand Name or Equal (Aug 1999)


Clauses

1452.228-70 Liability Insurance B? Department of the Interior (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:

$100,000 each person
$100,000 each occurrence
$100,000 property damage

(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)

DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 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:

VendorB?s Internal Invoice Document

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 CCR) 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 Clause)


(xv) Quotes are required to be received NO LATER THAN 16:00 P.M. CST, 6 September 2019. Submit written offers ONLY. Oral offers will not be accepted.

All quotes must be sent to the attention of Matt Frank via email to matthew_frank@nps.gov.
1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation.
2. Additional costs outside of the categories identified in the CLIN structure shall be identified in the offerors quote.
3. Quotes shall be valid through 30 September 2019

Please send any questions or comments via email to Matthew Frank with the subject: 140P6219Q0050 WICR B? Cannon Carriage and Tube Rehabilitation

(xvi) For questions regarding this solicitation, please contact Matt Frank at matthew_frank@nps.gov. Please include B?140P6219Q0050 WICR B? Cannon Carriage and Tube RehabilitationB? in the subject line of emails. All questions must be received by 16:00 CST on 3 September 2019.



List of Attachments:

1. Specifications for Cannon Carriage and Tube Rehabilitation
2. Wage Determination

Frank, Matthew

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP