Vault Toilet Buildings - North Cascades National Park, Marblemount, WA

expired opportunity(Expired)
From: Federal Government(Federal)
140P8318Q0021

Basic Details

started - 25 Jan, 2018 (about 6 years ago)

Start Date

25 Jan, 2018 (about 6 years ago)
due - 14 Feb, 2018 (about 6 years ago)

Due Date

14 Feb, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
140P8318Q0021

Identifier

140P8318Q0021
Department of the Interior

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64554)NATIONAL PARK SERVICE (17950)DSC CONTRACTING SERVICES DIVISION (4833)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Jan 25, 2018 11:45 am Request for Quotations 140P8318Q0021Purchase ADA Vault Toilet Buildings for North Cascades National Park (NOCA)This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 / 01-24-2018; RFQ is reserved for small businesses, NAICS 326199 Prefabricated buildings, plastics, manufacturing, with a small business size standard of 750 employees. This Request for Quotations has been made available through www.FBO.gov to enhance competition and comply with the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement
Policy Act (41 U.S.C. 416), that requires contracting officers to disseminate information on proposed contract actions expected to exceed $15,000, but not expected to exceed $25,000. The Government intends to make a Firm Fixed Price, Simplified Acquisition (FAR Part 13), Best Value Award to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The National Park Service encourages the participation of disadvantaged and women-owned small businesses. We reserve the right to cancel this request for quotations.Interested quoters must be registered in the System for Award Management (SAM) database before an award can be made to them. If the quoter is not registered in SAM, they may do so through the SAM website at https://www.sam.gov/portal/SAM/1. Background / Description of Requirement:The National Park Service (NPS), North Cascades National Park (NOCA) has a requirement to purchase American Disabilities Act (ADA) Compliant, Prefabricated Vault Toilet Buildings for use at locations near Ross Lake within the park. The awarded vendor/contractor will be required to supply and deliver the prefabricated vault toilet buildings only. Installation will be performed by National Park Service (NPS) work crews and the prefabricated vault toilet buildings will be placed on existing vaults and toilet risers, therefore vaults and risers are not required.2. Delivery Location: Location:National Park Service, North Cascades National Park, 7280 Ranger Station Road, Marblemount, WA 982673. Requirements (Prefabricated Vault Toilet Building) Description / Specifications / Quantity:Prefabricated ADA Vault Toilet Building Kits Quantity = 4Requirements, Specifications, Features and Salient Characteristics include:- Pit Toilet Building Kit ¿ Single pit- Handicap (Wheelchair Accessible), ADA Compliant- Prefabricated, modular system design that can be easily assembled in remote areas with limited personnel, minimal tools and minimum time- Durable powder coat aluminum frame- Siding made from recycled plastic (recycled tongue and grove plastic lumber)- Polycarbonate Roof- Stainless Steel Hardware- Color (brown, sand) or vendor state available colors in quoteAdditional design and manufacturer criteria include:- Roof Snow Load designed to withstand greater than or equal to 35 Pounds per square foot snow load- Wind Load designed to withstand the effects of greater than or equal to 85 mile per hour (3-second gust) wind exposure- Raised walls to allow for water run off after cleaning- Manufacturer must provide a warranty on workmanship and/or manufacturing defects on all products- Manufacturer must provide stamped, engineered drawings prior to acceptanceBrand Name or Equivalent to: Wishbone John Wheelchair Accessible Pit Toilet Building Part # PTR-6H4. Invoicing and Payment Processing:Invoices shall be submitted to the U.S. Department of the Treasury's Internet Payment Platform System (IPP); https://www.ipp.gov in accordance with the clause included in the clauses section (refer to IPP instructions in clauses section below). Payment will be by Electronic Funds Transfer (EFT) to the contractor¿s bank account identified in their System for Award Management (SAM) record.5. Instructions to Quoters / Quotation Submittals: (see FAR clause 52.212-1):a. SAM Requirement: Interested quoters must have an active registration in the System for Award Management (SAM) database before an award can be made to them. If not registered in SAM, they may do so through the SAM website at https://www.sam.gov/portal/SAM/b. Quote Response Date and Contents:The deadline for receipt of quotes is February 14, 2017 at 3:00 pm PST. Quotes may be submitted on letterhead or the Standard Form (SF-18), and must include, at a minimum the following items:1) Price Schedule, to include; itemized price for Prefabricated Vault Toilet Buildings; shipping delivery charges (if applicable) and total price (note that this purchase is exempt from state and local sales tax);2) Information showing that offered items meet specifications. Documentation shall provide ample description and details (product brochures, photos and/or drawings etc., aptly depicting product features showing they meet requirements);3) Standard Warranty information;4) Delivery Schedule; number of days expected for delivery after receipt of order (ARO);5) References; quote shall provide references for at least three customers where the company has provided similar items for evaluation of past performance. References shall include the company name, contact person, phone number, physical address, and e-mail address (if available);6) Name and remittance address of quoter and DUNS number;7) Name, phone number, e-mail, and mailing address of your point of contact;8) Signature of official authorized to bind your organization.Submit quote electronically by e-mailed message to Ron_Forsberg@nps.gov. Preferably your quote should consist of one pdf file in which the items listed above are combined. Each message must be no larger than 20MB in size due to system limitations. Include the solicitation number in the subject line. Alternatively, electronic quotes may be delivered on CD, DVD, or flash drive to Ron Forsberg, National Park Service, 810 State Route 20, Sedro-Woolley WA 98284.6. Solicitation/Contract Clauses - COMMERCIAL CLAUSESELECTRONIC INVOICING & 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: Vendor¿s business invoice (upload your business invoice as an attachment to the IPP invoice before you click ¿submit¿ in IPP). Vendor¿s failure to attach the required documentation will result in the IPP invoice being rejected.NOTE: Content of a proper invoice shall include the following, in accordance with Federal Acquisition Regulation 32.9 ¿ Prompt Payment:(a) Name and address of the contractor.(b) Invoice date and invoice number (Contractors should date invoices as close as possible to the date of mailing or transmission).(c) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number).(d) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.(e) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading.(f) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).(g) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective 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 SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 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 Local Clause)FAR 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/these address(es): www.acquisition.gov/far.52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)52.204-13 System for Award Management Maintenance (Oct 2016)52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017);52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2018), with all paragraph (a) clauses incorporated; paragraph (b) clauses indicated by number 1, 4, 8, 14, 22, 25, 26, 27, 28, 29, 30, 33, 42, 46 and 55.6. Provisions: (apply to this RFQ)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): www.acquisition.gov/far52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Jan 2017)52.204-7 System for Award Management (Oct 2016)52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)52.212-1 Instructions to Offerors - Commercial Items. (Jan 2017)52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (Oct 2015)52.212-2 Evaluation¿Commercial Items (Oct 2014)(a) The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:1) Price; 2) Vault Toilet Building Specifications (conformance to requirements and usefulness for our intended usage); 3) Warranty; 4) Delivery Schedule; and 5) Past Performance. Evaluation factors other than cost or price when combined are approximately equal to cost or 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.52.212-3 Offeror Representations and Certifications¿Commercial Items. (Jan 2017)Full text of paragraphs (a) and (c) through (t) is available at www.acquisition.gov/far.(b)(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 http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications¿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), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (t) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] {Remaining paragraphs can be read at www.acquisition.gov/far.}Questions regarding this solicitation must be submitted in writing to Ron_Forsberg@nps.gov. Answers will be provided in writing to the requester (if the answer is already within the RFQ) or provided in amendment(s) to the solicitation (RFQ). Amendments to this solicitation will be posted to Federal Business Opportunities at https://www.FBO.gov search document number: 140P8318Q0021.

NPS, PWR - OLYM MABO 810 State Route 20 Attn: Ron Forsberg 360-854-7221 Sedro-Woolley WA 98284-1263Location

Place Of Performance : NPS, PWR - OLYM MABO 810 State Route 20 Attn: Ron Forsberg 360-854-7221 Sedro-Woolley WA 98284-1263

Country : United States

Classification

326 -- Plastics and Rubber Products Manufacturing/326199 -- All Other Plastics Product Manufacturing
naicsCode 326199All Other Plastics Product Manufacturing
pscCode 56CONSTRUCTION AND BUILDING MATERIAL