Outfit Law Enforcement Vehicles
Crater Lake National Park (CRLA)
Klamath County, Oregon
This is a combined synopsis/solicitation for the supply and installation of light bars, cages, rifle and shotgun mounts and other commercial items, 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 2005-99 of June 15, 2018. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8418Q0079 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Industry Classification System code is 336390 and the size standard is $1,000 employees.
SCOPE: The National Park Service (NPS) has a requirement for emergency equipment (i.e., lights and sirens) for law enforcement vehicles leased from the General Services Administration (GSA). The Contractor shall furnish the necessary equipment, personnel, materials, services, and appurtenances as necessary to successfully complete the work as described in Attachment 1, Statement of Work.
DELIVERY: The work will be performed in the contractor's facilities.
PERIOD OF PERFORMANCE: August 1, 2018 - September 30, 2018 (Estimated).
PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury.
TERMS AND CONDITIONS: The following FAR provisions and clauses apply:
52.204-7, System for Award Management
52.204-13, System for Award Management Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-17, Ownership or Control Offeror
52.204-18, Commercial and Government Entity Code Maintenance
52.204-20, Predecessor of Offeror
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1, Instructions to Offerors -- Commercial Items;
52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full
52.212-4, Contract Terms and Conditions -- Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.211-6, Brand Name or Equal
52.212-2, Evaluation -- Commercial Items
52.219-6, Notice of Total Small Business Set-Aside
52.219-13, Notice of Set-Aside of Orders
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-1, Buy American--Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.222-22, Previous Contracts and Compliance Reports
52.222-41, Service Contract Labor Standards (41 U.S.C. chapter 67.)
See USDOL Wage Determination 2015-5581 (Rev.-7) at www.wdol.gov
52.222-42, Statement of Equivalent Rates for Federal Hires
This Statement is for Information Only: It is not a Wage Determination
Employee Class WG-5876-07; Monetary Wage $21.81 -- Fringe Benefits $7.19
52.222-25, Affirmative Action Compliance
52.222-55, Minimum Wages Under Executive Order 13658
52.222-62, Paid Sick Leave Under Executive Order 13706
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.217-5, Evaluation of Options
52.217-8, Option to Extend Services (120 days)
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.242-15, Stop-Work Order
52.242-17, Government Delay of Work
52.247-34, F.O.B. Destination
Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/.
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: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. 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 [email protected] 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.
INSTRUCTIONS TO OFFERORS: Quotations are due Wednesday, July 25, 2018 at 4:00 PM, PT to the attention of: Jack Northcutt, Contracting Officer, Crater Lake National Park at email: [email protected]. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by return e-mail, you must contact Contract Specialist for confirmation). Any quotation received after 4:00 pm Pacific Time will be considered late and will not be further considered.
QUOTATION PACKAGE (WHAT TO SUBMIT): Include the following:
1. Completed summary Quote Sheet (Attachment 2)
2. Itemized Quote (Use your firm's letterhead or any other format)
3. Completed Past Performance Form (Attachment 3)
EVALUATION: 52.212-2 -- Evaluation -- Commercial Items
(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical Capability - Demonstrated understanding of the Government's requirement by providing a detailed and itemized quotation (in addition to Attachment 2, Quote Sheet). Provide information detailing the provisions of the warranty and the service agreement offered. If your quotation contains brands and models other than those specified, include descriptive literature such as manufacturers' cut sheets, item specifications, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer
(ii) Price - Use Attachment 2, Quote Sheet
(iii) Past Performance - As evidenced by providing examples of completed work of similar nature and scope. Use Attachment 3, Past Performance Form.
Technical and past performance, when combined, are approximately equal, when compared to price.
(b) 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. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so.
(c) In addition, the Contracting Officer will evaluate certain foreseeable costs incurred by the NPS. These costs will vary with the location of contractor's facility. For the purpose of evaluation only, the estimated costs for the government to shuttle vehicles between Crater Lake National Park and the contractor's facility will be added to the offeror's overall quoted price.
THE POINT OF CONTACT FOR THIS SOLICITATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: [email protected]
Do NOT contact or send quotes to the default Contracting Office Address in Denver, Colorado
To be eligible for award, Offerors must have an active SAM record at http://www.sam.gov at the time of award, including the completed "Reps & Certs" section within their online active SAM record.