Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2010 FBO #3253
SOLICITATION NOTICE

W -- Rental of Snowmobiles, Yellowstone National Park.

Notice Date
10/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1574103431
 
Response Due
11/3/2010
 
Archive Date
10/19/2011
 
Point of Contact
Andy H. Fox Constracting Officer 3073442149 andy_fox@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
Rental of SnowmobilesYellowstone National Park10/19/2010 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; offers are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Proposal #N1574103431. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service (NPS) contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. NAICS code: 441229; Small business size standard: $7.0 Million. The proposed contract is set-aside for small business concerns. All responsible small business concerns may submit a quotation which shall be considered by the NPS. The anticipated award date for this acquisition is on around November 10, 2010. Address questions regarding this solicitation to Andy Fox at andy_fox@nps.gov or 307-344-2149. 2) STATEMENT OF WORK: The awarded offerer will provide Yellowstone National Park with 120 snowmobiles for a period of four months, from the dates of December 01through March 15 of each year.Total contract period (1 year lease with 4 one year option periods for a possible total of 5 years).Types of snowmobile 1.30 each Arctic Cat Bear Cat snowmobiles (Name Brand or equivalent).2.90 each Arctic Cat Touring snowmobiles (Name Brand or equivalent).Vendor will deliver all snowmobiles to their final destination within the park by December 01 of each year. At the end of each Contract period all snowmobiles will be gathered at either Mammoth Hot Springs area or at the West entrance of Yellowstone National Park. Types of Snowmobiles:All snowmobiles must meet Best Available Technology requirements published by Yellowstone National Park. All snowmobiles must be capable of traveling at of 45 miles per hour for a minimum of 85 miles without re-fueling. All of the Arctic Cat Bear Cat and Arctic Cat Touring snowmobiles need to be have the following minimum salient characteristics:1.660 cc 4 stroke engines or larger.2.All snowmobiles must be equipped to tow a sled with up to 100 lbs. of cargo. 3.All snowmobiles must be equipped to accommodate one operator and a passenger.4.The leased snowmobiles must be year 2008 models or newer.5.All snowmobiles must have one drive belt and one spare belt. Repair Agreement:Vendor must be able to provide breakdown service to all locations within Yellowstone National Park. If any snowmobiles cannot be repaired within 72 hours a replacement snowmobile will be provided to Yellowstone National Park at no additional cost. Warranty work and normal wear and tear maintenance will be provided by the awarded contractor at no expense to Yellowstone National Park. Damage resulting from misuse, accidents, etc. will be repaired at the expense of the National Park Service. Estimated Quantities: 120 Snowmobiles. Term of the Contract: One (1) base year with four (4) option years for a total possible term of five (5) years. Proposed Contract Type: Firm fixed price contract with unit pricing. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 2005-46, dated September 29, 2010. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Provision 52.211-6, Brand Name or Equal, applies to this solicitation. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of offers meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance and Best Available Technology requirements published by Yellowstone National Park. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The offeror must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. If an offeror has not past performance then the National Park Service will rate that contractor as Neutral. All machines must also meet the attached Best Available Technology requirements published by Yellowstone National Park. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer with their offer if they do not have an active listing in ORCA (Online Representations and Certifications). Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.233-3, 52.233-4, 52.203-6 Alt I, 52.204-10, 52.219-6, 52.219-8, 52.219-9, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-5, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. Clause 52.222-41, Service Contract Act of 1965, applies to this acquisition. The applicable wage determinations which are applicable to this acquisition can be downloaded from the following website: http://www.wdol.gov/sca.aspx#0. Enter the information for what state the snowmobiles are going to be located in; what county the snowmobiles are located in; answer this question, "were these services previously performed at this locality under an SCA-Covered contract"; answer this question, "are the contract services to be performed listed below as Non-Standard Services". Offerors may also obtain a copy of the wage determination by sending a written request to Andy_Fox@nps.gov. If in the performance of this contract the contractor employs any class of service employee which is not listed within the wage determination then they shall follow the conformance procedures as indicated in subsection (c) of clause 52.222-41. Clause 52.222-42, Statement of Equivalent Rates for Federal Hires, applies to this acquisition. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only:It is not a Wage Determination Employee ClassMonetary Wage - Fringe BenefitMechanic $21.05$10.53 Clause 52.217-05, Evaluation of Options, applies to this solicitation. Clause 52.217-08, Option to Extend Services, applies to this solicitation. The last sentence of this clause shall be read as follows: "The Contracting Officer may exercise the option by written notice to the contractor 60 days prior to expiration of the existing period." Clause 52.217-09, Option to Extend the Term of the Contract, applies to this solicitation. Paragraph (a) of this clause shall be read as follows: "The Government may extend the term of this contract by written notice to the Contractor prior to the expiration of the existing period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend 60 days prior to the expiration of the existing period. The preliminary notice does not commit the Government to an extension."Paragraph (c) of this clause shall be read as follows: "(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years." Clause 52.232-19, Availability of Funds for the Next Fiscal Year, applies to this acquisition. This clause shall read as follows: "Funds are not presently available for performance under this contract beyond September 30, 2011. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2011, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Clause 52.237-3, Continuity of Services, applies to this acquisition. 4) PROPOSAL: Solicitation: N1574103431, Rental of Snowmobiles, Yellowstone National ParkDue: 2:00 pm Mountain Time, Wednesday, November 3, 2010.Submit to: E-mail: andy_fox@nps.gov or Fax: 307-344-2079. Proposal contents: (a) Completed clause 52.212-3 as noted above, (b) Acknowledgement of all amendments: Amendments will be listed on www.fbo.gov; enter the solicitation number "N1574093195" in the quick search block, (c) Offeror information noted below, (d) complete price schedule noted below, (e) a list of 5 references for the past three years determine acceptability of past performance, and (f) specifications for machines being offered in enough detail to determine acceptability with regards to the Best Available Technology requiremens. DATE:_________________________________________________________________; CONTRACTOR:_________________________________________________________; ADDRESS:_____________________________________________________________; DUNS Number:__________________________________________________________; Contact Name:___________________________________________________________; Phone:_________________________________________________________________; Fax: __________________________________________________________________; E-mail:_________________________________________________________________; General Line Item Notes:1. Offerors shall submit a price for all line items; failure to do so may render the quote unacceptable.2. The Government reserves the right to award any or all of the line items at the time of contract award.3. The contractor shall not exceed the estimated quantities unless first receiving a written approval from the Contracting Officer. Base Proposal Line Items: Line Item #: 1, Rental of Snowmobiles - Arctic Cat Bear Cat or equal, Quantity: 30 each for the period of 12/1/2010 - 3/15/2011.Unit Price per month for 30: $______________ Total Cost: $____________________ Line Item #: 2, Rental of Snowmobiles - Arctic Cat Touring or equal, Quantity: 90 each for the period of 12/1/2010 - 3/15/2011. Unit Price per month for 90: $______________ Total Cost: $____________________ Total for the Base Period: $_________________ Option Proposal Line Items: Line Item #: 3, Rental of Snowmobiles - Arctic Cat Bear Cat or equal, Quantity: 30 each for the option period 1 from 12/1/2011 through 3/15/2012. Unit Price per month for 30: $______________ Total Cost: $____________________ Line Item #: 4, Rental of Snowmobiles - Arctic Cat Touring or equal, Quantity: 90 each for the option period 1 from 12/1/2011 through 3/15/2012.Unit Price per month for 90: $______________ Total Cost: $____________________ Total for Option Period One (1): $_________________ Line Item #: 5, Rental of Snowmobiles - Arctic Cat Bear Cat or equal, Quantity: 30 each for the option period 2 from 12/1/2012 through 3/15/2013.Unit Price per month for 30: $______________ Total Cost: $____________________ Line Item #: 6, Rental of Snowmobiles - Arctic Cat Touring or equal, Quantity: 90 each for the option period 2 from 12/1/2012 through 3/15/2013. Unit Price per month for 90: $______________ Total Cost: $____________________ Total for Option Period Two (2): $________________ Line Item #: 7, Rental of Snowmobiles - Arctic Cat Bear Cat or equal, Quantity: 30 each for the option period 3 from 12/1/2013 through 3/15/2014.Unit Price per month for 30: $______________ Total Cost: $____________________ Line Item #: 8, Rental of Snowmobiles - Arctic Cat Touring or equal, Quantity: 90 each for the option period 3 from 12/1/2013 through 3/15/2014. Unit Price per month for 90: $______________ Total Cost: $____________________ Total for Option Period Three (3): $________________ Line Item #: 9, Rental of Snowmobiles - Arctic Cat Bear Cat or equal, Quantity: 30 each for the option period 4 from 12/1/2014 through 3/15/2015. Unit Price per month for 30: $______________ Total Cost: $____________________ Line Item #: 10, Rental of Snowmobiles - Arctic Cat Touring or equal, Quantity: 90 each for the option period 4 from 12/1/2014 through 3/15/2015. Unit Price per month for 90: $______________ Total Cost: $____________________ Total for Option Period Four (4): $___________________ Grand Total: $____________________________ Attachment 1 - Best Available Technology (BAT) Requirements for Snowmobiles Snowmobiles must meet National Park Service Best Available Technology Requirements for air emissions and sound, and the make and model must be certified by the National Park Service as meeting the requirements. These requirements are found in the Code of Federal Regulations at: 36 CFR 7.13 (October 5, 2010 electronic edition). The following are the specific regulations pertaining to best available technology for snowmobiles: "(5) Must I operate a certain model of snowmobile? Only commercially available snowmobiles that meet NPS air and sound emissions requirements as set forth in this section may be operated in the park. The Superintendent will approve snowmobile makes, models, and years of manufacture that meet those requirements. Any snowmobile model not approved by the Superintendent may not be operated in the park.(6) How will the Superintendent approve snowmobile makes, models, and years of manufacture for use in the park? (i) Beginning with the 2005 model year, all snowmobiles must be certified under 40 CFR part 1051, to a Family Emission Limit no greater than 15 g/kW-hr for hydrocarbons and to a Family Emission Limit no greater than 120 g/kW-hr for carbon monoxide.----------(B) The snowmobile test procedures specified by EPA (40 CFR parts 1051 and 1065) must be used to measure air emissions from model year 2004 and later snowmobiles.(ii) For sound emissions, snowmobiles must operate at or below 73 dBA as measured at full throttle according to Society of Automotive Engineers J192 test procedures (revised 1985). Snowmobiles may be tested at any barometric pressure equal to or above 23.4 inches Hg uncorrected. The Superintendent may revise these testing procedures based on new information and/or updates to the SAE J192 testing procedures.(iii) Snowmobiles meeting the requirements for air and sound emissions may be operated in the park for a period not exceeding 6 years from the date upon which first certified.(iv) The Superintendent may prohibit entry into the park of any snowmobile that has been modified in a manner that may adversely affect air or sound emissions." The National Park Service maintains a list of Best Available Technology approved snowmobiles. The list is found at: http://www.nps.gov/yell/parkmgmt/current_batlist.htm The current BAT list posted on the web site include through MY2010 model year. Snowmobile manufacturers have begun to submit BAT certification information for the 2011 model year. To date, Yamaha and Bombardier Recreational Products have applied and received BAT certification for certain 2011 model year snowmobiles. The specific model information is available upon request. To date, Polaris and Arctic Cat have not submitted MY2011 information. If a potential bidder is proposing Arctic Cat or Polaris snowmobiles, contact information for these companies can be provided upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1574103431/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY.
Zip Code: 82190
 
Record
SN02313021-W 20101021/101019233734-97818735cb79c1f8f5abc0294cd09981 (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.