Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

38 -- Compaction roller, North Cascades NPS Complex, Washington

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - NOCA North Cascades NPS Complex 810 State Route 20 Sedro-Woolley WA 98284
 
ZIP Code
98284
 
Solicitation Number
E9475075052
 
Response Due
4/9/2007
 
Archive Date
3/28/2008
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15 addendum. This solicitation is a small business set a side, NAICS 453310, Used Merchandise Dealers (Except Motor Vehicles and Parts) with a small business size standard of $6.5 million. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and other factors considered. TECHNICAL SPECIFICATIONS Background: North Cascades National Park is interested in purchasing a reconditioned or remanufactured compaction roller for use in compacting gravel and asphalt on trails and parking lots in various areas within the park. As used in this solicitation, "reconditioned" means restored to the original normal operating condition by readjustments and material replacement. "Remanufactured" means factory-rebuilt to original specifications. Minimum Requirements: Dynapac CC900 or equivalent. The product shall have these salient characteristics as a minimum requirement: 1. Total weight approximately 3,500 lbs; 2. Must vibrate and articulate; 3. Ride-on, not walk-behind, style; 4. Diesel engine no less than 20 horsepower; 5. Drum widths shall be a minimum of 30", maximum width of 36"; and 6. Both drums shall be able to vibrate and propel. PRICE SCHEDULE Item 1 - Reconditioned or Remanufactured Dynapac CC900 or equivalent, 1 ea @ $_________________ Item 2 - Delivery to North Cascades National Park Service Complex, 7280 Ranger Station Road, Marblemount WA 98267, 1 job @ _______________________. Note - NPS may opt to arrange for delivery by US Government Bill of Lading. PROPOSAL SUBMITTALS Offeror shall provide a written proposal with enough detail to allow adequate evaluation. Details shall include 360? photos, maintenance records, warranty information, description of how the machine was used (i.e. was it a rental, used on construction site, used for road work etc.), and whether machine was purchased by offeror new or used. Include how many hours has the machine been used. These factors along with price will be used in the evaluation process to determine award. A) To be considered for award, offers of equivalent products, including equivalent 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 brand name, if any, and 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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. B) The Contracting Officer will evaluate equivalent 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. C) Unless the offeror clearly indicates in its offer that the product being offered is an equivalent product, the offeror shall provide the brand name product referenced in the solicitation. Offerors must review and comply with the FAR provisions/clauses listed below. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; 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, with paragraph (b) clauses indicated by number 1, 14, 15, 16, 17, 18, 19, 20, 22, 30, and 31 (if payment by MasterCard is acceptable to the contractor); FAR 52.211-5, Material Requirements; and FAR 52.211-6, Brand Name or Equal. In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed and submitted with your offer. The deadline for receipt of quotes is April 9, 2007, at 4:30 pm. Offers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, unit price for each item, extended price, proposal submittals as detailed above, prompt payment and warranty terms, whether you will accept payment by MasterCard, contract remittance address, DUNS number, federal tax identification number, name, phone number, and address of your point of contact, and a completed copy of FAR 52.212-3. Submit two (2) proposals to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Marcia Smith 810 State Route 20, Sedro Woolley, WA 98264. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov In order to download the solicitation, vendors must register at http://www.ccr.gov and at http://ideasec.nbc.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2464244)
 
Place of Performance
Address: Marblemount, WA
Zip Code: 98267
Country: USA
 
Record
SN01262302-W 20070331/070329222648 (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.