Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

38 -- Class 4 Snow Groomer

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1574113229
 
Response Due
7/21/2011
 
Archive Date
7/5/2012
 
Point of Contact
Andy H. Fox Contract Specialist 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
N/A
 
Description
Class 4 Snow GroomerYellowstone National Park07/06/2011 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #N1574113229. 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 contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government.. The proposed contract is open for full and open competition NAICS code: 333120. All responsible business concerns may submit an offer which shall be considered by the National Park Service (NPS). Address questions regarding this solicitation in writing to Andy Fox at andy_fox@nps.gov and Andrea Hannon at andrea_hannon@nps.gov. Include both email addresses on all correspondence. Questions will be answered as an amendment and posted on Fed Biz Ops at www.fbo.gov. Questions must be received no later than July 14, 2011. 2) STATEMENT OF WORK:Yellowstone National Park needs to purchase a class 4 snow groomer The groomer must have the following minimum specifications 1. Type of Vehicle;Yellowstone National Park is interested in purchasing a tracked snow grooming vehicle. The vehicle must be class 4 Alpine Grooming, capable of traveling/grooming effectively in all depths and snow conditions. The vehicle shall have a towing capacity of no less than 10,000 lbs. The vehicle shall maintain a minimum ground speed of 12 miles per hour in all snow conditions while towing at rated capacity. 2. Manuals;Manufacturer shall supply two sets of parts, service and operating manuals. Manuals shall be authored only in English. Manuals shall contain all information required to operate vehicles, perform service and order required parts. 3. Warranty;The manufacturer guarantees the equipment offered, against material and workmanship defects. The manufacturer also guarantees the equipment will perform to all specifications. The manufacturer agrees to furnish without cost to the Government, replacement of all parts, materials and labor required to correct manufacturer's defects during the warranty period. To be included is an extended 3 year warranty on the machine.Cab and Chassis 1. Cab Comforts;The cab shall be provided with two doors with key locking devices. Doors to be provided with sliding tinted glass windows. The front windshield shall have laminated safety glass and be heated. The vehicle shall have outside mounted heated rear mirrors. The cab shall include inside dome light and dash lights. Cab shall have a heater and defrost system. Cab shall be insulated for sound and weather. Cab shall have adjustable air ride operator seat and passenger seat with seatbelts. Cab shall be able to tilt to expose the engine compartment by either hydraulic or mechanical device. 2. Steering;The vehicle shall be equipped with two hydrostatic drives independently controlling each track. Steering of the vehicle shall be through the use of an electronic microprocessor. Control levers or sticks shall be used to accelerate, steer and brake the vehicle.3. Radio;The radio shall be a quality AM, FM stereo receiver with a CD player with a minimum of two speakers. 4. Fuel capacity:The vehicle shall have a minimum fuel capacity of 90 gallons of diesel fuel. 5. Safety;The vehicle shall have cab roll over protection. (ROPS) The vehicle shall be equipped with a minimum of six front halogen lights, two rear halogen lights and one swivel mounted halogen spotlight. Dash shall be equipped with full instrumentation. Vehicle shall be equipped with a horn, parking brake and fire extinguisher. The vehicle shall have a back up alarm and orange rotating beacon on the roof. Power-train1. Engine;The engine shall be single diesel developing a minimum 345 horsepower at the manufacturers rated RPM. The engine provided shall be equipped with 12/24 volt started, alternator, voltage regulator, and 12/24 volt heavy duty battery, replacement element type oil filter, coolant system filter, air cleaner, engine temperature and oil pressure gauges, ammeter and tachometer, hour meter mounted on instrument panel, and 110 volt engine block heater installed in cooling system with either starting aid. 2. Transmission;Hydrostatic drive pumps and motors (Sauer Danfoss series 90 or equivalent) shall be used to propel and provide braking for the vehicle. 3. Tracks;The vehicle shall be equipped with tracks. The tracks shall be a minimum of 58 inches wide. They shall be fitted with symmetrical heat treated steel cross links. Ice Calks are not required. Vehicle shall be equipped with solid rubber bogie wheels.Hydraulics 1. Hydraulic ports;The vehicle will be used to pull various types of grooming equipment. There shall be 4 hydraulic circuits with quick couplers located on the rear of the machine for operation of grooming equipment. Performance1. Ground speed;The vehicle shall be able to maintain a no load speed of 12 mph on flat ground on a packed road. Vehicle shall be able to maintain a minimum loaded speed (pulling a groomer attachment weighing 10,000 pounds) of 9 mph on a flat road. Blades and Attachments1. Front blade;A hydraulically controlled 12 way blade shall be mounted on the front of the machine with an eye hook mounted in the middle for pulling purposes. Vehicle shall have a pintle hook mounted on the back frame capable of pulling grooming attachments weighing 10,000 pounds. Service/TrainingCandidate shall provide a service technician to complete the first summer service in the Mammoth shop facility. He will instruct up to 5 shop personnel while performing this service. Trade In: Available for Trade In: BR400 (I-267728 1994 Bombardier Groomer VIN#831940535. The National Park Service will determine if trade in is in the best interest of the government. Offerors that do not submit a trade in amount or the government deems not to be advantageous will be evaluated solely on their line item #1 pricing of price per unit. Period of Performance: The groomer shall be delivered FOB to Mammoth Hot Springs, WY no later than November 30, 2011 Ordering and supplying: The contractor shall coordinate the exact date and time for delivery with the NPS. 3) CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far. Clause 52.203-3 GratuitiesClause 52.204-7 Central Contractors RegistrationClause 52.211-8 Time of DeliveryProvision 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 quotations 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: TECHINICAL/QUALITY: proposals must meet the minimum specifications. Standard of Acceptability: Offer must meet or exceed all the minimum specifications. PAST PERFORMANCE: Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. DELIVERY DATE: Offeror must meet the delivery date. Standard of Acceptibility: The offeror must deliver on or before November 30, 2011. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer 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: 52.204-10 52.222-50, 52.233-3, 52.233-4, 52.203-6 Alt. I, 52.219-6, 52.219-8, 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, 52.225-1, 52.225-13, and 52.232-33. Clause 52.223-18 Contractor Policy Ban Text Messaging while DrivingClause 52.246-17 Responsibilities of SuppliesClause 52.252-2 Clauses Incorporated by Reference 4.)QUOTE GUIDELINES Quote will be evaluated in accordance with the factors listed under the heading Provision 52.212-2, Evaluation-Commercial Items. All evaluation factors, other than cost or price, when combined are significantly more important than price. Offerors are reminded to include their best technical and price terms in their initial offer and not to automatically assume that they will have an opportunity to participate in discussion or be asked to submit a revised offer. The Government may make award of a conforming proposal without discussions, if deemed to be within the best interests of the Government. INSTRUCTIONS FOR QUOTE CONTENT: Volume I shall address the specification SEQUENTIALLY and your capability to provide all specifications (if responses are located in accompanying product literature, please cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Vendor to comply with sequentially addressing all specifications or simply restating requirements or noncompliance with any of the RFQ instructions may result in your proposal being rejected and eliminated from further consideration. QUOTE PAGE LIMIT: The page limit for Volume I is 30 pages on an 8x11 sheet. Brochures and product literature are included in the page limit. Cover letter, Representations and Certifications (52.212-3) are not included in the page limit. The page limit for Volume II is 5 pages on an 8x11 sheet, with a font size of 10-12. QUOTE SUBMISSION: You must submit your quote in two separate volumes. Volume I shall contain all non-price factors (i.e. Technical/Quality, Past Performance and Delivery Date). Volume II shall contain Price information only. Submit both volumes to the attention of the Contract Specialist, Andy Fox. Please submit: (1) One original and one copy of Volume I. (2) One original and one copy of Volume II. If being submitted by email the correct number of copies will be printed. Basis for Award: The basis for award will be technically acceptable/low price, which will be based on consideration of the following factors: 1) Price, 2) Technical/Quality and 3) Past Performance 4) Delivery Date. The Government intends to evaluate quotes and award a Contract without discussions. Therefore, each initial offer shall contain the Contractor's best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Solicitation: N1574113234, Class 4 Snow Groomer, Yellowstone National ParkDue: 2:00 pm Mountain Time, Thursday, July 21, 2011Submit to: E-mail: andy_fox@nps.gov or Fax: 307-344-2079. DATE: _____________________________________________________________________________________; CONTRACTOR: ____________________________________________________________________________; ADDRESS: _________________________________________________________________________________; DUNS Number: ____________________________________________________________________________; Contact Name: ______________________________________________________________________________; Phone: ____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: _______________________________________ __________________________________________; Base Proposal Line Items: Line Item #: 1, Class 4 Snow Groomer, Quantity: 1 EA, Unit Price: $ ________________ ; Line Item #2: Trade In($____________)Total: $ ________________________ 5.) THE FOUR PARTS OF THE EVALUATION PROCESS: 1. Proposal compliance review: This is an initial review to ensure that all required forms and certifications are complete and that both technical and price volumes were received.2. Technical / Quality evaluation: The source selection evaluation board will evaluate and rate those quotes passing the first review. Quotes will be evaluated against the request for requirements and will be rated using an adjectival-based system.3. Price evaluation: The source selection evaluation board will not have access to price information until completion of Technical/ Quality evaluation.4. Cost/technical trade off analysis: The source selection evaluation board will compare the advantages and disadvantages of technical information and compare price. The source selection authority will consider all factors to select the quotes offering technical tradeoffs cost analysis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1574113229/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02490196-W 20110708/110706234415-e372d24f34998264f24e82a2b8cf7002 (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.