Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOLICITATION NOTICE

25 -- Supply and Install Snow Plow, Spreader, and Hydraulic Controls on Oshkosh Model P2530 Truck

Notice Date
6/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
Q8564090060
 
Response Due
7/2/2009
 
Archive Date
6/26/2010
 
Point of Contact
Rodney Roberson Contracting Officer 3605653024 rod_roberson@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. Request for Quote Q8546090060 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written quotations only; oral quotations will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.arnet.gov/far. This proposed procurement is unrestricted; all responsible sources may submit a quotation that shall be considered by the agency. The North American Industrial Classification Standard is 333120, with a Small Business Size Standard of 750. This solicitation will result in an award of a firm, fixed-price contract. The National Park Service has a requirement for the following items, to be supplied and installed at vendor's location on the following agency-owned vehicle: 2009 Oshkosh Model P2530 truck with base chassis, C-13 Caterpillar engine, and Allison transmission. Contract performance period shall be no longer than fifty-five calendar days after award. CLIN (0001), 1 each: V-box spreader with not less than a 6.5 cubic yard capacity, constructed of mild steel not less than 10 gauge with catwalks, ICC lights, top screens, ladder (left side), cab shield, conveyor motor with integral speed sensor, to be painted in accordance with the chassis color of the existing truck. CLIN (0002), 1 each: heavy duty, high speed, eleven foot cutting edge, 60 inch discharge height, reversible trip moldboard snowplow and hitch with standard steel cutting edge and bolt-on rubber snow deflector. Hitch will be fitted with a single-acting lift cylinder. CLIN (0003), 1 each: hydraulic system for spreader-hydraulic pump, front-mounted with drive shaft, dual flow control, minimum fifteen gallon hydraulic tank/reservoir, electronic cab control console (placed for operator convenience) and all appurtenant hoses, controls, and fittings. CLIN (0004), 1 each; hydraulic system for plow-gear pump (belt driven with twelve volt on/off clutch), dual control valves, electronic cab controls, and all appurtenant hoses, controls, and fittings. Hydraulic tank and operator control console can be in common with sander and plow. CLIN (0005), 1 job: installation of all components and accessories named above. The vendor shall be responsible for all inspection and quality control during installation. Vendor must submit warranty terms and conditions with its quotation. Proposed equipment and components must not invalidate the warranty of the agency-owned vehicle. Responsibility for delivery to vendor's address: The NPS will deliver vehicle to vendor's installation address within ten days after award, and will pick up upon completion of work. Vendor shall specify location of installation address as part of its quotation. The provision at 52.212-1, Instructions to Offers-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Award will be made on the basis of "best value" to the contractor that the Government determines can best satisfy the objectives and requirements of this Request for Quotations, in a manner most advantageous to the Government. In its determination of best value, in addition to considering price and quality the Government shall consider the estimated cost of transportation by the least costly means to and from the vendor's installation site. The Government shall also consider the vendor's warranty terms, and will assess and consider safety considerations relative to operation of proposed aftermarket components. The Government will make a determination that the quoted equipment shall not invalidate the agency-owned vehicle warranty. Quoters must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its quote, or be electronically registered at the Online Representations and Certifications Application (ORCA) website. The ORCA website address is http://orca.bpn.gov. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, apply to this solicitation. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items, with the following applicable clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept. 2006) with alternate I; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers With Disabilities; 52.52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.arnet.gov/far. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov prior to award. The clause at 52.214-21, Descriptive Literature, applies to this solicitation. The government will rely upon descriptive literature supplied by the offeror in its evaluation of quotations. The clause at 52.246-1, Contractor Inspection Requirements, applies to this solicitation. Quotations must be received no later than Thursday, July 2, 2009, 4:00 p.m.PDT. Submit quotations to the attention of the Contracting Officer, Olympic National Park, 600 E. Park Avenue, Port Angeles WA 98362 or send by facsimile to (360) 565-3018. Quotations submitted by email are not authorized and will not be accepted. The point of contact for this solicitation is: R.J. Roberson, Contract Specialist, Olympic National Park, telephone: 360-565-3024, email: Rod_Roberson@nps.gov, fax: 360-565-3018. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8564090060/listing.html)
 
Place of Performance
Address: Sequoia/Kings Canyon National ParkCA<br />
Zip Code: 98271<br />
 
Record
SN01858134-W 20090628/090627000143-04285a97a7e7125956508ec18e83573f (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.