Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

W -- RENTAL - Vibratory Compaction Roller

Notice Date
3/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
24290 Doane Mountain Road, Keystone, SD 57751
 
ZIP Code
57751
 
Solicitation Number
P12PS12832
 
Response Due
3/29/2012
 
Archive Date
9/25/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is P12PS12832 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 532412 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-03-29 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Interior, SD 57751 The National Park Service requires the following items, Meet or Exceed, to the following: LI 001, The National Park Service has a request for a short term lease from the maintenance division at Badlands National Park, Interior, South Dakota 57751.The request is as follows: (1) Term of Lease: May 1, 2012 through August 31, 2012. (2) Minimum requirements for one vibratory compaction roller include: (a) Drum Width - 42 inches to 48 inches; (b) Minimum 35 Horse Power; (c) Front Steel Drum, Smooth Rubber Tires on Rear (minimum 4 tires); (d) Vibrating Steel Drum with a minimum 3,400 vibrations per Minute; (e) Weight of Machine - Maximum 5,100 Pounds Operating Mass; (f) Roll Over Protections System. Cage Preferred (indicate type in quote); (g) Amplitude Requirement is a minimum.020 inches and mximum.050 inches; (h) Steering Requirement is Gear Pump with Constant Displacement; (i) Brake Requirement is a Hydrostatic Service Brake; Fail-safe Multidisc Drum and Wheels; (j) Warning Indicator Requirements include Back-up Alarm, Warning Beacon; Seat Belt; (k) Water System Requirement to be Pressurized Spray.(3) Contractor to be responsible for normal wear and tear of roller.(4) Contractor will be responsible for any mechanical malfunctions.(5) Lessee will perform general maintenance to contractor specifications (oil change, filter change, greasing, etc.) provided in writing at the time of delivery.(6) US Federal Government is self insured and will not purchase any additional insurance.(7) A complete inspection of the equipment, by the contractor and lessee, will take place upon delivery to Badlands National Park and again when the tractor is picked-up for return at the end of the lease period. All deficiencies will be noted at the time of inspections. Interested parties who believe they can meet all the requirements for the item described in this request for quote are invited to submit a complete quote including delivery to and pick-up from Badlands National Park, 25216 Ben Reifel Road, Interior, South Dakota 57750. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements. Technical questions regarding this request for quotes must be submitted in writing via email or fax no later than 10:00 a.m. MST, Wednesday, March 28, 2012., 4, Month; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Park Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Park Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment Preferred; Used items in excellent condition would be acceptable. If a used item is offered, the offeror must include a photograph of the piece of equipment being offered and a statement including condition, hours, etc. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Shipping to include pick-up from Badlands National Park at the end of the lease period. Delivery to be made on May 1, 2012. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items;FAR 52.212-3 Offeror Representations and Certifications - Commercial Items;FAR 52.212-4 Contract Terms and Conditions - Commercial Items;FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; FAR 52.222-50 Combatting Trafficking in Persons; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-13 Notice of Set-Aside of Orders; FAR 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.222.3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American Act-Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases;FAR 52.225-18 Place of Manufacture;FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration;FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran ? Representation and Certification;FAR 52.233-3 Protest After Award;FAR 52.252-1 Solicitation Provisions Incorporated by Reference;FAR 52.252-2 Clauses Incorporated by Reference.For full-text version of these provisions, please use the following Internet link: https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS12832/listing.html)
 
Place of Performance
Address: Interior, SD 57751
Zip Code: 57751-0006
 
Record
SN02704153-W 20120325/120323234609-a48c2e9c2069a039ae3210a40d48d84e (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.