Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
SOLICITATION NOTICE

23 -- SNOW GROOMER FY 07

Notice Date
11/3/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574075007
 
Response Due
12/4/2006
 
Archive Date
11/3/2007
 
Small Business Set-Aside
N/A
 
Description
Yellowstone National Park is interested in purchasing a tracked snow grooming vehicle. 1) This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is issued as a Request for Quote, #Q1574075007. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated 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 quoter providing the best value to the Government. NAICS code: 423810; Small business size standard: 100 employees. All responsible concerns may submit a quotation which shall be considered by the National Park Service (NPS). Quoters shall e-mail or fax their quotations to Trudy Haney at trudy_haney@nps.gov, FAX 307-344-2079. Quotes shall be submitted so as to insure arrival by 2:00 pm Mountain Standard Time, Mondday, December 4, 2006. Address questions regarding this solicitation to Trudy Haney, phone 307-344-2086, or trudy_haney@nps.gov 2) Contract line items: Line Item #: 1, Description: Snow Groomer, Quantity: 1 Unit Price: $ ________________, Total Price: $ __________________, 3) Statement of Work/Description:TYPE OF VEHICLE;The vehicle must be capable of traveling/grooming effectively in all depths & snow conditions. The vehicle shall have a towing capacity of no less then 10,000 lbs. The vehicle shall maintain a minimum ground speed of 12 miles per hour in all snow conditions while towing at rated capacity. Any machine capable of producing 330 to 450 horse power will be considered providing all other specifictations are met. MANUALS;Manufacturer shall supply two sets of parts, service & operating manuals. Manuals shall be authored only in English. Manuals shall contain all information required to operate vehicles, perform service & order required parts. WARRANTY;The manufacture guarantees the equipment offered, against material & workmanship defects. The manufacture also guarantees the equipment will perform to all specifications. The manufacture agrees to furnish without cost to the Government, replacement of all parts, materials & labor required to correct manufacturer's defects during the warranty period. To be included is an extended 3 year warranty on the machine. CAB;The cab shall be provided with two doors with key locking devices. Doors to be provided with sliding tinted glass windows. The front windshield shall have laminated safety glass & be heated. The vehicle shall have outside mounted heated rear mirrors. The cab shall include inside dome light & dash lights. Cab shall have a heater & defrost system. Cab shall be insulated for sound & weather. Cab shall have adjustable air ride operator seat & passenger seat with seatbelts. Cab shall be able to tilt to expose the engine compartment by either hydraulic or mechanical device. STEERING;The vehicle shall be equipped with two hydrostatic drives independently controlling each track. Steering of the vehicle shall be through the use of an electronic microprocessor. Control levers or sticks shall be used to steer the vehicle. RADIO;The radio shall be a quality AM, FM stereo receiver with a CD player with a minimum of two speakers. FUEL CAPACITY:The vehicle shall have a minimum fuel capacity of 90 gallons of diesel fuel. SAFETY;The vehicle shall have cab roll over protection. (ROPS) The vehicle shall be equipped with a minimum of six front halogen lights, two rear halogen lights & one swivel mounted halogen spotlight. Dash shall be equipped with full instrumentation. Vehicle shall be equipped with a horn, parking brake & fire extinguisher. The vehicle shall have a back up alarm & orange rotating beacon on the roof. ENGINE;The engine shall be single diesel developing a minimum 330 horsepower at the manufacturers rated RPM. The engine provided shall be equipped with 12/24 volt started, alternator, voltage regulator, & 12/24 volt heavy duty battery, replacement element type oil filter, coolant system filter, air cleaner, engine temperature & oil pressure gauges, ammeter & tachometer, hour meter mounted on instrument panel, & 110 volt engine block heater installed in cooling system with either starting aid. TRANSMISSION;Hydrostatic drive pumps & motors (Sauer Danfoss series 90 or equivalent) shall be used to propel & provide braking for the vehicle. TRACKS;The vehicle shall be equipped with tracks. The tracks shall have be a minimum of 58 inches wide. They shall be fitted with symmetrical heat treated cross links. Vehicle shall be equipped with solid rubber bogie wheels. HYDRAULIC PORTS;The vehicle will be used to pull varies types of grooming equipment. There shall be 5 hydraulic circuits with quick couplers located on the rear of the machine for operation of grooming equipment. GROUND SPEED;The vehicle shall be able to maintain a no load speed of 12 mph on flat ground on a packed road. Vehicle shall be able to maintain a minimum loaded speed (pulling a groomer attachment weighing 10,000 pounds) of 9 mph on a flat road. FRONT BLADE;A hydraulically controlled 12 way blade shall be mounted on the front of the machine with an eye hook mounted in the middle for pulling purposes.Vehicle shall have a ball lift frame pintle hook mounted on the back frame capable of pulling grooming attachments weighing 10,000 pounds. Vehicle shall also have a 5th wheel pintle hook mounted on rear deck capable of pulling grooming attachments weighing 10,000 pounds. TRAINING;Manufacture training of complete machine shall be provided for 3 personnel of the Government. 4) Clauses and Provisions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the evaluation factors noted below; b) price proposal for contract lines noted above; c) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items; d) acknowledgement of any solicitation amendments. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Technical. Capability of the item offered to meet the agency need; product literature, technical features, warranty features. Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating from all sources contacted by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source.." Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, and 52.232-29. Clause 52.211-16,
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2359396)
 
Place of Performance
Address: Mammoth Hot Springs, Wyoming
Zip Code: 821900168
Country: USA
 
Record
SN01175995-W 20061105/061103222747 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.