Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

38 -- LEASE WITH OPTIONTO PURCHASE - SCREEN PLANT

Notice Date
9/22/2009
 
Notice Type
Presolicitation
 
Contracting Office
ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
Q9833090117
 
Response Due
9/24/2009
 
Archive Date
9/22/2010
 
Point of Contact
Tamela R. Perry Contract Specialist 9076443311 Tamela_Perry@nps.gov;
 
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
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested on the items listed below. A written solicitation will not be issued. This solicitation is being issued as Q9833090117. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. Prospective awardee shall be registered in the Central Contractor Registration database (www.ccr.gov) prior to award. The U.S. Department of Interior, National Park Service, Alaska Region, located in Anchorage Alaska has a requirement for the lease with option to purchase a Portable Screening Plant with technical specifications provided below. CLIN 0001 (BASE PERIOD): Contractor shall provide 12-month lease of screen plant equipment meeting the specifications stated below. Lease shall begin 30 September 2009 and continue through 30 September 2010. CLIN 0002 (FIRST OPTION PERIOD): Contractor shall provide 12-month lease of screen plant equipment meeting the attached specifications. Lease shall begin 1 October 2010 and continue through 30 September 2011. CLIN 0003 (SECOND OPTION PERIOD): Contractor shall provide 12-month lease of screen plant equipment meeting the attached specifications. Lease shall begin 1 October 2011 and continue through 30 September 2012. As required by Federal Acquisition Regulation Subpart 7.404, the following formula is provided to show how the purchase price will be established at the time of purchase: (1.1) Purchase Conversion Cost Formula: The total purchase price of the equipment, divided by years of the lease options, plus each option year's embedded purchase cost. The total purchase price will also include the initial price, dealer preparation and 3-year warranty. (1.1.1) First year base lease = 33.4% of the total purchase price. First year purchase (option credit) = the total purchase price less 33.4% of the total purchase price. (1.1.2) Second year (Option Year 1) = 33.3% of the total purchase price + the cost of this year's embedded purchase option. Second year purchase (option credit) = the total purchase price less 66.7% + Option Year 1 embedded purchase option. (1.1.3) Third year (Option Year 2) = 33.3% of the total purchase + Option Year 2 embedded purchase option. Technical Specifications: High capacity portable gravel screening plant meeting the following salient characteristics. Screen Machine Developer (or equal). Feeder: An 11 cubic yard (minimum) feeder/hopper providing a minimum of a 13' wide feeder opening. Attached self-dumping grizzly, maximum 5.50" spaced bars and sized adequately to prevent oversized rock from entering the feeder hopper during operation. Feeder belt minimum of 36" wide 3-ply belt with hydraulically powered belt feed. Hydraulic power shall provide adjustable, variable belt speed, managed from a centralized operator's position. A minimum of one 6" diameter rubber wrapped or coated idler roller serving as a feed belt tensioner. Powerplant: A minimum 95HP diesel engine and hydraulic system capable of powering 3 additional stacking conveyors and 1 sand screw or hammermill concurrent with its base operation. Dedicated hydraulic circuits for each hydraulic function. Main Frame Structure: Made from USA-sourced steel, grade A36 or equal. Fifth-wheel tow configuration. Axles, dual wheels and air brake controls, GVW rated and capable of transporting the portable plant. Main Conveyor: Minimum heavy duty 36" wide by 2-ply 220 PIW (or equal) conveyor belt. Head pulleys, lagged (or equal). Tail pulleys, wing type (or equal). Minimum 5" diameter idlers, Goodman (or equal). Shaker Screen Deck: A minimum of 5' x 12' screen deck with a minimum of 3/16" constant shake / oscillation at 1,000 RPM. Shaker screen capable of being set at multi-position angles. Shaker capable of lowering to ground level for transport or maintenance. Shaker deck capable of accepting a wide variety of screen types. Hydraulic Kit: Provide hydraulic kit with capability to power 3 additional stacking conveyors and sand screw. Delivery of Equipment and Required Delivery Date. Equipment shall be quoted FOB Destination to Denali National Park & Preserve, Alaska. Equipment shall be completed and prepped prior to delivery. Times available for Delivery: Monday - Friday, 7:00 a.m. to 5:30 p.m. Point of contact and phone number to arrange for delivery is Ms. Suann Sauvey, Property Technician (907) 683-9511. Complete shipping address is as follows: Denali National Park & Preserve, Mile 234, Parks Highway, Alaska This solicitation is reserved for Small Businesses. The North American Industry Classification System (NAICS) code is 532412, with a Small Business Size Standard of $7.0M in annual receipts. The Government intends to award a firm-fixed-price contract in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. Award will be based on the lowest price, technically acceptable. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The Clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in 52.212-5 apply to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.219-28, Post Award Small Business Program Re-representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006). The Clause at 52.207-5, Option to Purchase applies to this acquisition. Quotes are due on September 24th, 2009 at 4:30 p.m. (Alaska local time) please refer to provision 52.212-1 for additional information in regards to submission of quotes. There will be no public bid opening of quotes. Quotes may be emailed, mailed, or hand-delivered to Ms. Tammy Perry at the National Park Service using the following email address: tamela_perry@nps.gov; or the following mail and physical address: National Park Service, Alaska Regional Office, 240 W. 5th Ave, Suite 114, Anchorage, Alaska 99501- 2327, Attn: Ms. Tammy Perry. Facsimile quotes or modifications to quotes will not be accepted; the National Park Service does not provide pick-up service for telegraphic documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9833090117/listing.html)
 
Place of Performance
Address: Denali National Park & Preserve, Alaska
Zip Code: 997550009
 
Record
SN01965724-W 20090924/090923002203-2a14ed006f3ce55fbe3798787783d965 (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.