| 
                THIS IS A NOTICE OF INTENT FOR REQUEST FOR QUOTE. 
This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, and supplemented with additional information as included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.  The National Park Service intends to solicit quotes for fabrication of twenty (20) high pressure laminate wayside exhibit panels for North Country National Scenic Trail (NCT).
This is the solicitation number P17PS02913 and is issued as a request for quote (RFQ). This requirement is a 100% total small business set-aside.  The associated NAICS code is 541430. The small business size standard is $7.5M.  Provisions and clauses are, incorporated in this solicitation document.  Anticipated Award Date: on or before 09/23/2017. 
To be considered for award your company must obtain a Dun and Bradstreet Number (DUNs).  You may obtain this number free of charge at 1(866)705-5711.  Your company must also be registered in the System for Award Management (SAM) with the appropriate NAICS code for this solicitation (located in block 10 on the form), web site: https://www.sam.gov.
If you have any registration questions, please call 866-606-8220.  If you need assistance with registration or updating SAM please contact the Procurement Technical Assistance Center nearest you at (615) 268-6644 or website: http://www.aptac-us.org/new/Govt_Contracting/find.php.
GENERAL DESCRIPTION OF STATEMENT OF WORK 
Independently, and not as an agent of the Government, the Contractor shall furnish all labor, materials, and equipment necessary to provide fabrication of wayside exhibit panels for NCT.
Quotes are due at 3:00 PM ET, 12 September, 2017.  Offers may be submitted by email to Katherine_bernard@nps.gov.  Questions regarding this solicitation will only be accepted until 12:00 PM ET, 8 September, 2017.
OFFERS SHALL INCLUDE THE FOLLOWING:
1.	Price quotes for line items referenced in the solicitation number provided above: 
CLIN Structure:  
0010 ¿ Fabrication of twenty (20) high pressure laminate Wayside Exhibit Panels 
(FY17:  09/22/2017 ¿ 05/31/2018)
	
Unit Price $__________     Total Cost (includes discounts) $__________
2.	Remittance address and DUNS number                                               
3.	If the contractor is claiming an exception or change to the SAM then the contractor must supply FAR Clause 52.213-3 in its entirety
4.	Letter of capability
5.	Bid Schedule (see attachment)
6.	Technical Questionnaire (see attachment)
7.	Past Performance Questionnaire (see attachment)
ATTACHMENTS:  ( please view and download all applicable attachments from https://www.fedconnect.net/FedConnect/default.htm )
1.	SF1449 Combined Synopsis Solicitation
2.	Statement of Work 
3.	Bid Schedule
4.	SCA Wage Determination
5.	Technical Questionnaire
6.	Past Performance Questionnaire
7.	Panel Samples
The following Federal Acquisition Regulation (FAR) provisions and clauses shall be applicable to this solicitation and award:  For full text version of these provisions and clauses, please go to the following internet address: http://farsite.hill.af.mil/  and/or  https://www.acquisition.gov/far/.
SOLICITATION PROVISIONS: 
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): http://farsite.hill.af.mil/
52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)
52.212-1 Instructions to Offerors - Commercial Items (Apr 2014)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (DEC 2012)
	SOLICITATION CLAUSES: 
52.252-2 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): http://farsite.hill.af.mil/ 
52.204-7 System for Award Management (Jul 2013)
52.204-13 System for Award Management Maintenance (Jul 2013)
52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)
52.212-4 Contract Terms and Conditions - Commercial Items (May 2015)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)
52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984)
52.253-1 Computer Generated Forms (Jan 1991)
52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008)
PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT	
Addenda to 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) 
To assure timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all quotation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The offeror shall submit in the quotation all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. There will be no public opening of the proposals received as a result of this RFQ.  Failure to meet a requirement may result in an offer being ineligible for award.
DUE DATES:
Proposals/Quotes are due by the date listed in Block 8 on page one (1) of this solicitation ¿12 September 2017, 3:00PM ET.
Questions are to be submitted via email no later than 12 noon EST, 8 September, 2017. 
ALL CORRESPONDENCE shall be submitted via email to the person listed in General Description of Statement of Work.  Email addresses can be found on the first page of this solicitation under General Description of Statement of Work or on the last page under Contract Administration Data.
TO SUBMIT AN OFFER
   
1. Complete Number one (1), line ten (0010) in the CLIN Structure of this RFQ, Company name, address, and DUNS number should go in Number 2: Remittance address block. 
2. Complete attached Bid Schedule and insert total unit price and/or amount, in reference to ALL line items listed.
     
3. Ensure the Past Performance Questionnaire attached is completed.
4. Ensure the Technical Questionnaire attached is completed.
5. Complete a Capabilities Statement demonstrating knowledge of, and experience in, the services described in the attached Statement of Work.
6. Submit all required documents via email by the date and time listed.
REGISTRATION REQUIREMENTS
1.	To be considered for award your company must obtain a Dun and Bradstreet Number (DUNS). You may obtain this number free of charge at 1(866)705-5711. 
2.	Your company must also be registered as a small business in System for Award Management (SAM) with the NAICS code found in block 10 on Page one(1) of this solicitation, NO EXCEPTIONS.  The direct SAM website for registration is: https://www.sam.gov/portal/public/SAM/.  
If you have any registration questions or need assistance, please call the SAM helpdesk at 886-606-8220. You may also receive assistance by contacting the Procurement Technical Assistance Center nearest you at (615)-268-6644 or via their website at: http://www.aptac-us.org/new/Govt_Contracting/find.php.
(End of addenda)
52.212-2, Evaluation ¿ Commercial Items (Oct 2014)   
(a) The Government will award a firm-fixed price 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 of the item offered to meet the Government requirement;
(ii) price;
(iii) past performance (see FAR 15.304);
Government will award based on ¿Best Value¿ Technical and Past Performance, when combined, are equally important as cost or price.
Technical: Written confirmation that company specializes in, or has sufficient documented direct experience in, providing all labor, material, tools, supervision and travel necessary to perform the service outlined, and in accordance with, the attached Statement of Work (SOW).
 
Price:  A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. If multiple contract line items are included in the price schedule, prices will also be evaluated to determine whether any line items are unbalanced. Offerors are cautioned to distribute costs appropriately.
Past Performance: Complete Past Performance Questionnaire(s) that can confirm your company has successfully completed all tasks outlined in the Statement of Work.
 (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.
(End of provision)
 
52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive orders (Jan 2017)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions))
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note))
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
 52.219-6, Notice of Total Small Business Aside (Nov 2011)
52.219-9, Small Business Subcontracting Plan (Jan 2017)
52.219-28, Post Award Small Business Program Representation (Jul 2013) 
52.222-3, Convict Labor (June 2003) 
52.222-19, Child Labor¿Cooperation with Authorities and Remedies (Oct 2016)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Sept 2016)
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83)
52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014)   
52.232-33, Payment by Electronic Funds Transfer¿ System for Award Management (Jul 2013) 
52.222-41, Service Contract Labor Standards (May 2014)
Wage Determination No.: 2015-4857, Revision No.: 4, Date of Revision: 07/25/2017, State: MI
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)
This Statement is for Information Only
It is not a Wage Determination
Employee Class	Monetary Wage -- Fringe Benefits
15080 - Graphic Artist                                      	WG3 Step 1 $21.80
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014)
52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014)
52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015)
 (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor¿s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) 
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause¿
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xiv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). 
Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. 
(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016)). 
(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). 
(xx)(A)
             |