Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

38 -- 4X4 DUMP TRUCK WITH SNOW PLOW AND SANDER

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - ZION - Zion National Park Attn:Zion National Park, Payments State Route 9 (435) 772-0149 Springdale Utah 84767
 
ZIP Code
84767
 
Solicitation Number
P12PS2022
 
Response Due
4/30/2012
 
Archive Date
4/12/2013
 
Point of Contact
Malinda A. Flatray Contract Specialist 4357720149 malinda_flatray@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
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regultions (FAR) Subpart 12.6 as supplemented with additionsl information including in the notice. This announcement constitutes the only solicitation issued as Request for Proposal (RFP) P12PS20067. Offers ae being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The Federal Acquisition Regulation (FAR) clauses and provisions enclosed within this RFP are those in effect through Federal Acquisition (FAC) 2005-33 and are available in full text through internte access at http://www/arnet.gov/far. This solicitation is full and open competition using Brand Name or Equal product. The National Park Service encourages the participation of small, disadvantaged, and women owned business enterprises. The North American Industry Classification System (NAICS) code is 423810 and the small business size is 100 employees. OFFERS ARE DUE for this combined synopsis/solicitation on April 30th at 12:00 midnight MDT and shall be delivered by the specified time to Zion National Park Service, Highway 9, Springdale, Utah 84767; ATTN: Malinda A. Flatray. Faxed quotes.offers are preferred with all required documentation provided, no oral quotations will be accepted. Reference solicitation P12PS20067. Offeror's must furnish the company name, DUNS number, address, phone number, fax number, e-mail address if available, and official point of contact. All Offers must be signed by authorized companyofficial and faxed to Contracting Officer (435) 772-3337. The Government anticipates making a single award for this solicitation. All offers will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. Any questions regarding this solicitation should be faxed or emailed to malinda_flatray@nps.gov. The following is a description of the requirements for this acquisition. CLIN 001 - 4x4 Dump Truck with Snow Plow and Sander Unit. Dump Truck - Chassis:GVW Rating - including front axle/suspension rating (minimum requirement 16K); rear suspension rating (21K)Transmission - AutomaticFront Mount PTO or Transmission Mount - Depends on plow, front or transmission mount PTO[Entended cab to include bench seat]Air Dryer requiredExhaust system - horizontal muffler with a vertical tailpipeRadio, Air Conitioning, Free Mount spare tireDump Body - Size 5-6 yeard; steel Body, white or light colorMay use a reverse asphalt taperStraight air release tailgateOutboard mounted cylinderCA or CT of chassis - Dump body mounted to chassis pointsPlow: Minimum 8' - 10'Quick connect plow hitchSpreader:Minimum 5 yard spreader; stainless steel or steelRequire inverted vee, top screens, grease extensions, observation platforms, spinner lights, flashers on rear of spreader, swing up spinner, winch for swing up spinner, tie down straps, tailgate latch, All necessary attachments for spreader.Trailer Tow Package: Including airbrakes and hudraulic hook ups Hydraulic System: Full electronic/hydraulic system. (Dump Truck Brand Name or equal to Navistar by International, Model 7000)Snow Plow Brand Name or Equal to MPS Snowplow, Reversible Sander Unit Brand Name or Equal to NSP Sand and Salt Spreader Name Brand Manufacturer: Navistar international CorporationAddress: 4201 Winfield RoadWarrenfield, III 60555 Offeror's price shall include delivery to Zion National Park, Springdale, UT 84767. Prefer equipment delivery in 90 days or sooner. All offers shall include the following "Navistar 7000" or equal features and Salient Characteristics (as asterisjed below*): *A14 - Alternator, 140 amp min per SAEART - Air Release TailgateASI - Air Cleaser Service Indicator (Dash Mounted)AUXS - Auxiliary SpringsBTC - Tool Compartment, Steel with Latch*CE - Cab, Extended StyleD1 - Differential Lock Out, Driver ControlledDHD - Heavy Duty BodyDSS2 - Driver and Passenger's Seat, Suspension Type*ECB - Engine Compression BreakEHM - Engine Hour Meter*FTC - 70 Gallons minimum Fuel Capacity*MPP - Add Power Angling to Snow PlowMPR - Snow Plow Provisions*MPS - Snowplow, ReversibleMTL - Trailer Lighting Cable 110 inches*NSP - Sand and Salt Spreader*PWO - Power Windows*RM3 - Motorized Right Side, Heated MirrorsRTH - Towing Hooks/Loops at RearTBE - Towing Break Controls (couples mounted on front of vehicle)TJ - Tools - Tire Removal and JackTS - Tilt Steering*TTP - Trailer Towing PackageUN - Understructure, Nested (Body or Trailer)VMS - Vertical Spare Tire Carrier*YD4 - Engine Diesel - Min 230 GHP and 660 LB-FT Torque 1 EA $____________________________________________ "Offerors Proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall insert the following description fr teh product. Dump Truck:Product Name: _____________________________________________________________________Manufacturer's Name: _______________________________________________________________Address: _________________________________________________________________________Product make, model, or catalog description: ______________________________________________________________________________________________________________________________ Snow Plow: Product Name: _____________________________________________________________________Manufacturer's Name: _______________________________________________________________Address: _________________________________________________________________________Product Make, Model, or catalog description: ______________________________________________________________________________________________________________________________ Sander Unit:Product Name: _____________________________________________________________________Manufacturer's Name: _______________________________________________________________Address: _________________________________________________________________________Product Make, Model, or catalog description: ______________________________________________________________________________________________________________________________ Offeror's shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient characteristics of the "Brand Name" as listed in the solicitation. Business Name: _______________________________________ DUNS:___________________________Business Address: ______________________________________________________________________Business Phone: ___________________________________ Fax: ________________________________Email Address: _________________________________________________________________________ Offeror Name: ____________________________________________ Date: ________________________ Offerors must review and comply with the FAR Provisions or Clauses that apply to this solicitation. This information is available on the internet at http://www.arnet.gov/far. The followng clauses or provisions are specifically referenced and are required in the responce to this solicitation. 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS:52.212.2 EVALUATIOON - COMMERICAL ITEMS - Evaluation factors: evaluation shall be best value to the Government based on abulity to meet the required product and salient characteristics, past performance supported by documentation and references, and price. Past performance shall be equal to prince in importance;52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, a completed copy of the provisions at 52.213-3 must be submitted with the bod/offer. Contractor must be downloaded from the internet and completed as per instructions; 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 EXECUTIVE ORDERS-COMMERCIAL ITEMS applies to this acquisition including 52.222-3 Convict Labor, 52.222-10 Child Labor - Cooperation with Authorities and Remedies; 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and the following paragraph (b) clauses added: 52.203-6 Restrictions on Subcontractor Sales to the Government52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Subcontracting52.222.21 Prohibition of Segregated Facilities (Feb 1999),52.222-26 Equal Opportunity (E.O. 11246);52.222-35 Equal Oppertunity for Special Disbaled Veterans, Vererans of the Vietman Era, and Other Eligible Veterans52.222.-36 Affirmative Action for workers with Disabilities52.222-37 Employment Reports on Special Disabled Veterans, veterans of the Vietman Era, and Other Eligible Veterans52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees52.222-54 Employment Eligibility Verification52.225-3 Buy American Act-Free Trade Agreements - Israeli Trade Act;52.232-33 Payment by Electronic Funds Transfer - Centeral Contractor Registration.52.211-6 Brand Name or Equal (Aug 1999). NOTICE OF IMPORTANCE: As part of the E-government intergrated Acquisition Enviroment (iae) INITIATIVE THROUGH THE Federal Government, all vendors must be registered on the Central Contractor Registration (CCR) website (www.ccr.gov). If your firm has not yet registered on CCR or your firm needs to make any updates to your vendor records at CCR, Please do so immediately at www.ccr.gov. Failure to register at CCR and update your vendor record will adversely affect your firm receiving payments in a timely manner. END of combined synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS2022/listing.html)
 
Place of Performance
Address: Zion National Park, approximately 45 miles East of St. George, UT on Hwy 9
Zip Code: 84767
 
Record
SN02720178-W 20120414/120412234713-4f49e450e40beba768d589f31f873602 (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.