이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] PAIS BEACH SECURITY BOLLARDS
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.11.17
원본

 

공고명: PAIS BEACH SECURITY BOLLARDS

게시일: 2017/11/15

마감일: 2017/12/08

수행지역: 미국

카테고리: 31 - 제조부품

 

공고내용


Solicitation Number :

140P1318Q0004


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Nov 14, 2017 1:19 pm
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is P17PS02507 and is issued as an request for quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 326199 with a small business size standard of 750 employees. This requirement is a[ Small Business ] set-aside and only qualified offerors may submit bids. The estimated price range is between $25,000 and $100,000. The DOI NPS SANTA FE MABO requires the following items, Brand Name or Equal, to the following: Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. STATEMENT OF WORK Beach Bollard 1. SCOPE OF WORK Padre Island National Seashore is pursuing the acquisition and delivery of fiberglass constructed pylon tubes suitable for the application of beach bollards. 2. STATEMENT OF NEED The work to be performed under this contract shall consist of providing Padre Island National Seashore with a quantity of 100 each 10 inch diameter x 15 foot and a quantity of 25 each 12 inch diameter x 15 foot Ultra Composite (UC) Round Pipe Piles. The supplier will be required to provide certification that the product being provided must be suitable for application in a high salinity and dynamic surf environment. Ultra Composite Round Pipe Piles UC 10 x .250 Round Pile, per attached specification. Ultra Composite Round Pipe Piles UC 12 x .375 Round Pile, per attached specification. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.222-19, 52.222-3,52.223-18, 52.225-1, 52.225-3. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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: Government will award based on Lowest Price Technically Acceptable (LPTA)from a responsible offeror. 1.) Technically Acceptable Criteria: The determination will be based on how well the supply can meet the criteria defined in the attached specifications. (b) A written notice of award or acceptance will be 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 of an offer. Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. -- Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.(b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. 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: 1. Copy of vendor invoice document in PDF format, which shows pricing breakdown for all line items. 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 IPPCustomerSupport@fms.treas.gov 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.

Additional Info :

Click here to see more information about this opportunity on FedConnect


Contracting Office Address :

NPS, IMR - Santa Fe MABO 1100 Old Santa Fe Trail Building P.O. Box 728 Santa Fe NM 87505 US


Point of Contact(s) :

Wagner, Marsha

 

원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=be4c70000290967c6fa458d1ee7c260e&tab=core&_cview=0