Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

38 -- Purchase and delivery of a vibratory compaction roller (gravel/asphalt)

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mountain Road Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
P12PS24034
 
Response Due
5/9/2012
 
Archive Date
5/4/2013
 
Point of Contact
Brian Peck Contract Specialist 6055743132 Brian_L_Peck@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
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is P12PS24034, and the solicitation is issued as a Request for Quotation. This acquisition is 100% set aside for small business concerns. The NAICS code is 333120, Construction Machinery Manufacturing; the associated small business size standard is 750 employees. 2. The Government contemplates award of a firm fix-priced contract resulting from this solicitation. The government will make a best value determination for award in accordance with FAR Part 13. 3. DESCRIPTION: Purchase and delivery of a vibratory compaction roller (gravel/asphalt) for Badlands National Park, Interior, South Dakota. Offers must meet or exceed the requested specification. The following are the minimum requirements: -Drum with of 42 inches to 48 inches, -Horse power of 30 to 43,-Diesel, liquid cooled engine,-Front Steel Drum, -Smooth Rubber Tires on Rear (minimum of four tires and six ply),-Vibrating Steel Drum - Minimum of 3,400 vibrations per minute (dual frequency is only a preference)-Between 5,000 and 5,800 pounds operating mass,-Linear drum load of 55 to 65 pounds per inch,-Foldable roll over protection system,-Amplitude of 0.020 inches to 0.050 inches,-Hydrostatic service brake along with a parking or safety brake,-Warning indicators to include back-up alarm and warning beacon,-Pressurized spray water system with filter for clog minimization and a minimum of 40 gallon capacity,-Minimum of five gallon tire spray system,-Retractable self-adjusting scrappers,-Hydraulic test ports,-Seat with seat belt and safety switch for drive engagement (suspension is only a preference),-Light package to include roading and work lights,-Automatic vibration control,-Hydrostatic drive for drum and wheels,-Indicators to include fuel level, hour meter, machine function indicator lights,-Cocoa mats,-Battery disconnect switch, and-Spark arrestor muffler. 4. Delivery Terms: Delivery is required within 45 days after receipt of order (ARO). Shipping must be free on board (FOB) destination CONUS (Continental U.S.). Delivery address: Badlands National Park, 25216 Ben Reifel Road, Interior, SD, 57750.5. PROVISIONS and Clauses: The following FAR provisions and clauses are incorporated by reference. Offerors must return with their offer the completed provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Full text versions can be found at https://www.acquisition.gov/far/. FAR 52.212-1, Instructions to Offerors - Commercial ItemsFAR 52.212-3, Offeror Representations and Certifications - Commercial ItemsFAR 52.212-4, Contract Terms and Conditions - Commercial Items The clause at 52.212-05 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Within this clause, the following clauses are checked indicating they apply to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.219-6, Notice of Total Small Business Aside52.219-13 Notice of Set-Aside of Orders52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-19, Child Labor-Cooperation with Authorities and Remedies52.222-21, Prohibition of Segregated Facilities52.222-25, Affirmative Action Compliance52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers with Disabilities52.223-18, Contractor Policy to Ban Text Messaging while Driving52.225-1, Buy American Act-Supplies52.225-13, Restrictions on Certain Foreign Purchases52.232-33, Payment by Electronic Funds Transfer 6. SUBMITTING QUOTES: All vendors intending to conduct business with the National Park Service must be registered and current in the Central Contractor Registration (CCR) database (https://www.bpn.gov/ccr/default.aspx) and the Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov/) prior to award. Offerors must return with their offer the completed provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Any questions regarding this solicitation must be submitted in writing (fax or email) to the point of contact below. Quotations must be received no later than May 9, 2012, 1:00 PM MST. Offers must use the following format and include product specifications, data sheets and identify all options. Line Item No. Description Make/Mfg Model Price 0001 Compaction Roller ________________ ________________ $ _______________ Offers must be accompanied by the following information: Date: _______________ Name of Firm: ________________________________ Address: ________________________________ DUNS Number: ___________________ Contact Name: ___________________ Telephone Number: _______________ Fax Number: _______________ Email Address (if available): ________________________________ Quotes will be accepted via email or fax. Submit quotes to: Brian Peck MWR NEKOTA MABO24290 Doane Mountain RdKeystone, SD 57751Email: BRIAN_L_PECK@NPS.GOVFAX: 605-574-9077 The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS24034/listing.html)
 
Place of Performance
Address: Badlands National Park, 25216 Ben Reifel Road, Interior, SD, 57750
Zip Code: 57750
 
Record
SN02739864-W 20120506/120504235534-9de7dcd9884a9a3445353b50006a250e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.