ULSG REMOVE AND REPLACE VISITOR CENTER CARPET
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jan 29, 2025 04:15 pm CST
- Original Date Offers Due: Feb 19, 2025 12:00 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 06, 2025
- Initiative:
- None
Classification
- Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Product Service Code: S214 - HOUSEKEEPING- CARPET LAYING/CLEANING
- NAICS Code:
- 314110 - Carpet and Rug Mills
- Place of Performance:
Description
140P6025Q0005
(i) 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.
(ii) The National Park service is issuing this request for quote (RFQ) 140P6025Q0005, for the performance to remove and replace visitor center carpet in accordance with the provided Specifications.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. The FAC is available at https://www.acquisition.gov/FAR.
(iv) This requirement has been set aside for Woman Owned Small Business Set Aside competition in accordance with FAR 52.219-30 - Notice of Set-Aside for, or Sole Source Award to, Woman Owned Small Business Set Aside Concerns Eligible Under the Woman Owned Small Business Set Aside, under NAICS Code 314110 Carpet and Rug Mills with a small business size standard of 1,500 employees.
(v) Line items: 10- ULSG VC Carpet Replacement Quantity 1 AU
(vi) The acquisition is for the purchase and installation of carpet at Ulysses S. Grant National Historic Site (ULSG), St. Louis, MO. The work will be accomplished through contract and will consist of the components discussed in the specifications. Purchase and installation offered to the Government under this purchase shall meet or exceed the settings in accordance with the attached Specifications.
(vii) Date(s) and place(s) of delivery and acceptance and FOB point:
Period of Performance: 90 days after award
Location: Ulysses S Grant National Historical Park (ULSG) St. Louis, MO.
(viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) in the terms and conditions)
Any questions pertaining to this solicitation must be sent via email to dorinda_clark@nps.gov on or before February 14, 2025, at 12:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about February 17, 2025.
(ix) 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition (See ADDENDUM TO 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) in the terms and conditions)
Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. (Specifications of carpet on page 16 of A06 Specifications)
(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.
(xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government.
(xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 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): 52.204-10,52.204-24, 52.204-25, 52.204-26, 52.204-27, 52.204-30, 52.209-6, 52.219-28, 52.219-30, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-53, 52.222-55, 52.222-62, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
(xiii) The Contractor shall comply with the attached terms and conditions applicable to acquisitions of commercial items.
Offerors are to see the complete solicitation package for full terms and conditions and attachments.
Attachments included:
1. Specifications
2. DOL Wage Determination
3. Past Performance Questionnaire
(xiv) N/A
(xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before February 19, 2025, at 12:00 pm CDT.
Quotes shall be submitted electronically to dorinda_clark@nps.gov
(xvi) Contract Administration Data
Dorinda Clark
Contract Specialist
DOI, National Park Service, Interior Region 3,4,5
MWRO Major Acquisition Buying Office
601 Riverfront Drive
Omaha, NE 68102-4226
Phone: 402-278-4475
Email: dorinda_clark@nps.gov
Attachments/Links
Contact Information
Contracting Office Address
- 601 Riverfront Drive
- OMAHA , NE 68102
- USA
Primary Point of Contact
- Clark, Dorinda
- dorinda_clark@nps.gov
- Phone Number 4022784475
Secondary Point of Contact
History
- Feb 14, 2025 04:51 pm CSTCombined Synopsis/Solicitation (Updated)
- Jan 29, 2025 04:15 pm CSTCombined Synopsis/Solicitation (Original)
- Jan 17, 2025 11:04 pm CSTSources Sought (Original)