Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

38 -- Name Brand or Equal Snow Plow and Lift

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BICA - Bighorn Canyon National Recreation Area 20 Highway 14A East Lovell WY 82431
 
ZIP Code
82431
 
Solicitation Number
Q1574103332
 
Response Due
9/7/2010
 
Archive Date
8/18/2011
 
Point of Contact
Andrea Brew Contract Specialist 4065706408 Andrea_brew@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 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 vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574103332. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-44 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 333112 or 423820 and the small business size standard is 500 and 100 employees respectively. QUOTES ARE DUE for this combined synopsis/solicitation on September 7, 2010 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Big Horn Canyon National Recreation Area, 20 Highway 14A East, Lovell, WY 82431, ATTN Andrea Brew. Faxed or emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-548-7826 or emailed to andrea_brew@nps.gov. All questions regarding this solicitation should be faxed or emailed to andrea_brew@nps.gov. Yellowstone National Park Spring Opening needs to purchase a plow and plow lift for a John Deere 772D road grader. A Name Brand or Equal product to the Henke - Severe Duty Dozer Blade 12 foot and a Henke Parallel lift Group. Brand name or equal plow and lift will be accepted. The plow must have the following minimum options:1.48 inch tall, reinforced inch thick, rolled plate steel moldboard2.12 inch x 35 lb/ft horizontal S&C channel center supports and 5 each inch intermediate ribs3.Bottom angle constructed using 4 inch x 6 inch x3/4 angle.4.Top of moldboard supported by full length 1.5 inch x 2.5inch x3/16 steel tubing5.A frame constructed w/ heavy 4 inch S&C channel and reinforced w/ 4 inch x 6 inch SMT tubing6.Two each 4 inch x20.75 D/A hydraulic cylinders provide up to 35 degree rotation left or right 7.2.25 inch center pin with 3 each grease zerks8.Shim adjustable wear runners9.Shim adjustable wear runners10.Swivel oscillation blade configuration11.48 inches tall x 12 feet wide12.100 degree continuous moldboard roll13.23.5 inch moldboard radius The Lift group must have the following minimum options:1.Back plate assembly is gusseted, box reinforced 1 inch weldment (designed to fit our specific motor grader)2.4 each lift arms with 1.75 inch solid pins locked into fully welded bosses3.1.25 inch upper lift arms with 1.5 inch stiffener and 1.5 x5 inch lower with 4 inch x 4 inch x3/8 inch tubular stiffeners (minimum)4.Fully welded 3 inch pin bosses5.Lift mechanism: 5 inch heavy duty dual acting cylinders with 2 inch chrome plated rods6.Lift must include male lift group with manual locking pins. Price must include all components to attach the hitch and plow to a John Deere 772D and be ready to use this includes but not limited to (Bolts, valves, controls, hoses, pins, fittings, cylinders, hooks and linkages). Price must include shipping to Yellowstone National Park Mammoth Wyoming 82190 All components must have a one year warranty Delivery is needed no later than October 20, 2010 Provide product manufacturer name and model of the items you are quoting - if providing an equal product also include a specifications sheet. SNOW PLOW$______________________ LIFT$______________________ DELIVERY$______________________ TOTAL AMOUNT$______________________ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ 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.acquisition.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; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 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 EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 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; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.211-6 Brand Name or Equal52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574103332/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY 82190
Zip Code: 821900168
 
Record
SN02246170-W 20100820/100819000341-2519010b9aecef8db05eca17ce887ea7 (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.