Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2012 FBO #3976
SOLICITATION NOTICE

W -- Lease of Two Rubber Track Tractors

Notice Date
10/11/2012
 
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
Q1574130001
 
Response Due
11/8/2012
 
Archive Date
10/11/2013
 
Point of Contact
Andrea Hannon Contract Specialist 3073442859 andrea_hannon@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
GENERAL INFORMATION This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574130001. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-61 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ open for full and open competition. The North American Industry Classification System (NAICS) code is 532412 or 532490. REQUIREMENT Yellowstone National Park has a requirement to lease 2 rubber track tractors (MT865 Caterpillar), (9530 T John Deere) or equivalent for the months of November 26, 2012 thru March 29, 2013. Tractors will be bid on a per hour basis, and paid for monthly on usage. The units could range in usage hours from 300 hours per unit per season to 700 hours + per unit per season, depending on the severity of the winter season in Yellowstone National Park during the winter of 2012/2013. YNP estimates 75 hours per month per unit for the term of the contract. One tractor may be delivered to Y.N.P. Mammoth Garage on or before November 26, 2012 and picked up after March 29, 2013 from the Mammoth Garage. The second tractor may be delivered to Yellowstone National Park; West Maintenance Area located in West Yellowstone, Montana on or before November 26, 2012 and picked up after March 29, 2013. Tractors shall be EMPTY of fuel as Yellowstone National Park will place winter blend fuel in the tractors upon arrival. Yellowstone National Park will return the tractors empty of fuel at the termination of the contract. The tractor must have the following options included: 1.Engine HP. Range from 350 to 510 hp. 2.PTO. HP. Range from 290 hp to 425 hp. 3.Fuel tank capacity 300 gallons min. 4.Power shift style transmission (minimum ground speed 24 mph). 5.30 inch wide rubber tracks. (minimum) 6.Undercarriage must have suspended mid wheels. 7.Heated mirrors. 8.Complete set of track weights. 9.Radio and compact disc player. 10.Hydraulic sump heater. 11.Rear roofline and courtesy lights. 12.2 rotating beacons cab mounted (amber). 13.Wide swing draw bar. 14.Cold start engine heater and cold fronts. 15.All non maintenance service must be under warranty and performed at our location or a replacement machine supplied at no additional cost to the National Park Service. 16.Drive wheels must have method of self cleaning of debris to remove snow and ice from drive cogs. 17.New and or 1 year old lease returns are acceptable. OPTION LINES Quote Equipment delivered and non delivered. Provide quote on delivery of one tractor to Yellowstone National Park West Entrance, West Yellowstone, Montana and the 2nd tractor to Mammoth Fleet Maintenance Facility in Mammoth, Wyoming. Quote also, Yellowstone Fleet Maintenance providing transportation of equipment. CLAUSES AND PROVISIONS Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; 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. 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the SAM website www.sam.gov/portal/public/SAM 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 EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration 52.223-18 Contractor Policy Ban Text Messaging while Driving 52.246-17 Responsibilities of Supplies 52.252-2 Clauses Incorporated by Reference 52.217-7 Option for Increased Quantity Separately Priced Line Items 52.211-6 Brand Name or Equal 52.217-9 Option to Extend the Term of the Contract 52.217-5 Evaluation of Options. 52.211-18 Variation in Estimated Quantity: If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the Contractor may request, in writing, an extension of time, to be received by the Contracting Officer within 10 days from the beginning of the delay, or within such further period as may be granted by the Contracting Officer before the date of final settlement of the contract. Upon the receipt of a written request for an extension, the Contracting Officer shall ascertain the facts and make an adjustment for extending the completion date as, in the judgement of the Contracting Officer, is justified. 52.208-04 Vehicle Lease Payments 52.208-05 Conditions of Leased Vehicle 52.208-06 Marked of Leased Vehicles 52.208-07 Tagging of Leased Vehicles 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). DIAP2010-14 Contractor Performance Assessment Reporting System (July 2010) a) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. (b) The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. (c) We request that you furnish the Contracting Officer with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official. The report information must be protected as source selection sensitive information not releasable to the public. (d) When your Contractor Representative(s) (Past Performance Points of Contact) are registered in CPARS, they will receive an automatically-generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at http://www.cpars.csd.disa.mil/. The CPARS User Manual, registration for On Line Training for Contractor Representatives, and a practice application may be found at this site. (e) Within 60 days after the end of a performance period, the Contracting Officer will complete an interim or final past performance evaluation, and the report will be accessible at http://www.cpars.csd.disa.mil/. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. Comments are limited to the space provided in Block 22. Your comments should focus on objective facts in the Assessing Official's narrative and should provide your views on the causes and ramifications of the assessed performance. In addition to the ratings and supporting narratives, blocks 1 - 17 should be reviewed for accuracy, as these include key fields that will be used by the Government to identify your firm in future source selection actions. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in Block 22, and then signing and dating Block 23 of the form. Without a statement in Block 22, you will be unable to sign and submit the evaluation back to the Government. If you do not sign and submit the CPAR within 30 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment." Your response is due within 30 calendar days after receipt of the CPAR. (f) The following guidelines apply concerning your use of the past performance evaluation: (1) Protect the evaluation as "source selection information." After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the Contracting Officer for instructions. (2) Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. (3) Prohibit the use of or reference to evaluation data for advertising, promotional material, preaward surveys, responsibility determinations, production readiness reviews, or other similar purposes. (g) If you wish to discuss a past performance evaluation, you should request a meeting in writing to the Contracting Officer no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 30-day review period. (h) A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. DOI LOCAL CLAUSE IPP - Electronic Invoice and Payment Requirements - Internet Payment Platform Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). PROPOSAL QUOTES ARE DUE for this combined synopsis/solicitation on November 8, 2012 at 4:30 PM Mountain Daylight. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and emailed to andrea_hannon@nps.gov. All questions regarding this solicitation must be submitted in writing via email to andrea_hannon@nps.gov. TRACTOR 1 MODEL/YEAR:__________________________ Hourly Rate $___________ LINE ITEM 0001: November 26-2012-November 30, 2012 $____x 18 Hours=$____ LINE ITEM 0002: December 1, 2012- December 31, 2012 $____x 75 Hours=$____ LINE ITEM 0003: January 1, 2013-Januray 31, 2013 $____x 75 Hours=$____ LINE ITEM 0004: February 1, 2013 - February 28, 2013 $____x 75 Hours=$____ LINE ITEM 0005: March 1, 2013 - March 29, 2013 $____x 75 Hours=$____ TRACTOR 2 MODEL/YEAR:__________________________ Hourly Rate$___________ LINE ITEM 0006: November 26-2012-November 30, 2012 $____x 18 Hours=$____ LINE ITEM 0007: December 1, 2012- December 31, 2012 $____x 75 Hours=$____ LINE ITEM 0008: January 1, 2013-Januray 31, 2013 $____x 75 Hours=$____ LINE ITEM 0009: February 1, 2013 - February 28, 2013 $____x 75 Hours=$____ LINE ITEM 0010: March 1, 2013 - March 29, 2013 $____x 75 Hours=$____ TOTAL$__________ OPTION LINE ITEMS: Line Item 0011: Delivery/Pick Up to West Yellowstone Entrance$___________ Line Item 0012: Delivery/Pick Up to Mammoth Hot Springs$___________ TOTAL WITH OPTIONS: $__________ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ REFERENCES: Name:_________________ Company: ______________ Phone:_________________ Email:_______________ Name:_________________ Company: ______________ Phone:_________________ Email:_______________ Name:_________________ Company: ______________ Phone:_________________ Email:_______________ END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574130001/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02912049-W 20121013/121011233907-fe651d72a6458c99b678a91fd848dc51 (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.