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 -- Wheeled Front End Loader with Attachments

Notice Date
4/12/2012
 
Notice Type
Presolicitation
 
Contracting Office
24290 Doane Mountain Road, Keystone, SD 57751
 
ZIP Code
57751
 
Solicitation Number
P12PS23399
 
Response Due
4/18/2012
 
Archive Date
10/15/2012
 
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
Bids are being solicited under solicitation number P12PS23399. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 337376. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-04-18 15:00:00.0 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, Small Wheel Loader - Caterpillar 924H or Equivalent See Attachment for Specifications, 1, EA; LI 002, Small Wheel Loader - Catterpillar 924H or Equivalent Attachment as follows:BUCKET:2.5 yd3-2.75 yd3 bucket.High Density with bolt on cutting edges.Attachment Quick Coupler., 1, EA; LI 003, Small Wheel Loader - Catterpillar 924H or Equivalent Attachment as follows:HYDRAULIC BROOM:Hydraulic Broom.Hydraulic angle adjustment 30 degree minimum.105 inch brush width minimum, specify in offer.27.5 inch diameter brush minimum.Compatible with quick coupler system on loader and hydraulics controlled by machine hydraulic controls. Down pressure on broom maintained through plus/minus vertical motion. Long life bearings shall be used in broom for minimal maintenance. Parking supports shall be provided for stable and secure parking of broom., 1, EA; LI 004, Small Wheel Loader - Catterpillar 924H or Equivalent Attachment as follows:PALLET FORKS:Pallet Forks, 60 inch tines, 6 inches wide, maximum spread 75 inches minimum.Minimum weight capacity 25,000 pounds., 1, EA; LI 005, Small Wheel Loader - Catterpillar 924H or Equivalent Attachment as follows:MATERIAL HANDLING ARM:Material Handling Arm with quick connect.Load Rating of 18,000 pound minimum.Adjustable length from 9 to 13, feet plus or minus 2 feet., 1, EA; LI 006, Small Wheel Loader - Catterpillar 924H or Equivalent Attachment as follows:SCALE:On Board electronic scale for measuring payload in bucket., 1, EA; 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. A Seller 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 seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. The US Department of Interior, National Park Service, Badlands National Park, Interior, South Dakota has a requirement for the purchase and delivery, including unloading, of a small wheel front end loader plus attachments. This solicitation is being issued as a Request for Quotation (RFQ), solicitation number P12PS23399. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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. Delivery is requested within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Offeror must be registered and remain current and active in the Online Representations and Certifications Application (ORCA). This may be accessed through https://orca.bpn.gov/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference. The following Federal Acquisition Regulation (FAR) provisions are applicable:52.212-1 Instructions to Offerors ? Commercial Items;52.212-3 Offeror Representations and Certifications ? Commercial Items;52.212-4 Contract Terms and Conditions ? Commercial Items;52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with the following clauses applicable:52.222-50 Combatting Trafficking in Persons;52.233-3 Protest After Award;52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1;52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards;52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended,or Proposed for Debarment;52.219-6 Notice of Total Small Business Set-Aside;52.219-8 Utilization of Small Business Concerns;52.219-13 Notice of Set-Aside of Orders;52.219-14 Limitations on Subcontracting;52.219-28 Post Award Small Business Program Rerepresentation;52.222-19 Child Labor-Cooperation with Authorities and Remedies;52.222-21 Prohibition of Segregated Facilities;52.222-26 Equal Opportunity;52.222-35 Equal Opportunity for Veterans;52.222-36 Affirmative Action for Workers with Disabilities;52.222-37 Employment Reports on Veterans;52.222-40 Notification of Employee Rights Under the National Labor Relations Act;52.223-18 Contractor Policy to Ban Text Messaging While Driving;52.225-1 Buy American Act ? Supplies;52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act;52.225-13 Restrictions on Certain Foreign Purchases;52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran ? Representation and Certification;52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration;52.211-6 Brand Name or Equal52.225-18 Place of Manufacture.The full text of the referenced FAR provisions and clauses may be accessed electronically at http://www.acquisition.gov/FAR, or by contacting the Purchasing Agent. The Government intends to award without discussions and the Government reserves the right not to make an award at all. The Government anticipates award of a commercial item, firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the best value to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS23399/listing.html)
 
Place of Performance
Address: Interior, SD 57751
Zip Code: 57751-0006
 
Record
SN02720215-W 20120414/120412234744-2a2d8af6d8e232c5989c3f397b4857f3 (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.