This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1572100027. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-42 and are available in full text through Internet access at http:// www.acquisition.gov/far/.
The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 423210, 442110 or 44299 and the small business size standard is 100 employees and $7.0 and $7.0 million dollars respectively.
QUOTES ARE DUE for this combined synopsis/solicitation on July 20, 2010 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Big Horn Canyon National Recreation Area, 20 Highway 14A East, Lovell, WY 82431, ATTN Andrea Brew. Faxed or emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-548-7826 or emailed to
[email protected]. All questions regarding this solicitation should be faxed or emailed to
[email protected].
Yellowstone National Park requires dormitory mattresses. Quoted price should include delivery to Yellowstone National Park, WY 82190. The following is a description of the requirement:
40 Each of the following
Size - 36 x 76 x 7 (due to frame size this is an exact requirement)
Ticking: 11 ounce or more
Waterproof
Innerspring construction needs to be a minimum heavy duty 312-3 gauge high tempered innerspring unit with 6 gauge border rods covered with a heavy duty resin
Surface Coating: Top and bottom surfaces covered with a minimum 1" thick pad, minimum
Cover must have fire retardant coating and be finished with a triple layered reinforced vinyl laminate
Delivery required no later than August 15, 2010
Please provide product description of the mattress you are quoting
Price per mattress $______________________
Delivery Amount $______________________
TOTAL (40 mattresses plus delivery) $______________________
Delivery Address: Yellowstone National ParkMammoth Supply Center Building 34Yellowstone National Park, WY 82190
Business Name: ____________________________________DUNS:___________________
Business Address: ______________________________________________________________
Business Phone: ___________________________________FAX: ________________________
Email Address:___________________________________________
Offeror Name: ______________________________________Date:_____________________
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-42. Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation:
52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration.
Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation.END OF COMBINED SYNOPSIS/SOLICITATION.
Bid Protests Not Available