Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
SOLICITATION NOTICE

W -- YELLOWSTONE TO LEASE TWO RUBBER TRACKED TRACTORS

Notice Date
11/16/2006
 
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
Q157472099
 
Response Due
12/1/2006
 
Archive Date
11/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q157472099. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-04 and are available in full text through Internet access at http://www.arnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 522220 and the small business size standard is $6.5M. Yellowstone National Park requires the lease of two (2) Rubber tracked tractors with 30" wide tracks. Quoted price should include delivery and pickup at the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park WY 82190. Delivery required by December 15, 2006 and must be field ready at delivery. Pickup by March 31, 2007. The following is a description of the requirements: Yellowstone National Park is looking to lease 2 rubber track tractors for the months of Dec., 2006 thru March, 2007. The tractors are to be delivered to Yellowstone National Park, Mammoth Garage on December 15, 2006 or earliest date available and MUST be field ready. Contractor will picked up after March 31, 2007 from the Mammoth garage. Each tractor will be used a minimum of 300 hours and will not exceed 600 hours use each. Quoted price should be per hour. The following specs are required and all must be included in the quote. " Engine HP range from 350 hp to 510 hp. " PTO HP range from 290 hp to 425 hp. " Engine shroud must be equipped to keep snow and water from freezing around air intake and cooling system (i.e. winter front installed). " Fuel tank with capacity min. 300 gallon. " Automatic transmission Maximum speed of at least 24 mph. " Track width 30 inch. " Hydraulic system must have 6 rear remote hook up for attachments " Heated mirrors " Complete set of track weights (idler on both and front weights on one) " Radio and compact disc player " Hydraulic sump heater " Deluxe rear roofline and courtesy lights " 2 rotating beacons, cab mounted " Wide swing draw bar " Cold start engine heater " All non maintenance service must be under warranty and performed at our location or a replacement machine supplied at no additional cost to the National Park Service " New and or 1year old lease return are acceptable " High intensity discharge lighting front and rear (HID lighting) " Drive wheels must have a method of self cleaning of debris to remove snow and ice from drive cogs. PER HOUR CHARGE PER MACHINE $_____________________________ 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.arnet.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] price; [b] past performance supported by documentation and three references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, 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 EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 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; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52232-33 Payment by Electronic funds Transfer - Central Contractor Registration. QUOTES ARE DUE for this combined synopsis/solicitation on December 1, 2006 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Facsimile Quotations are acceptable with all required documentation, no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be manually signed by authorized company official. All questions regarding this solicitation should be faxed to Patty Oestreich, 307-344-2079. Email questions are acceptable to patty_oestreich@nps.gov. END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2370538)
 
Place of Performance
Address: YELLOWSTONE NATIONAL PARK
Zip Code: 82190
Country: US
 
Record
SN01182460-W 20061118/061116220931 (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  © 1994-2020, Loren Data Corp.