Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

W -- Lease Seven Passenger Snow Coach

Notice Date
11/20/2012
 
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
P13PS20155
 
Response Due
12/11/2012
 
Archive Date
11/20/2013
 
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
Total Small Business
 
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) P13PS20155. 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 is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 441220 or 441221 and the small business size standard is $30 million dollars for both. REQUIREMENT Yellowstone National Park Fleet Maintenance operates approximately 150 miles of groomed trails over snow. Yellowstone National Park uses over the snow vehicles as transportation and light freight carriers. This is a requirement to lease one over the snow fully enclosed snow coach. The lease period is January 7, 2013 thru February 28, 2013 The vehicles must have the minimum options. "seven passengers plus a driver "Minimum ground speed of 30 MPH (fully loaded GVWR) "(ROPS) Roll over protection for cab and passenger area "Suspension type driver's seat (air or hydraulic) with seat belt "Engine, transmission, oil pan heaters "Rear engine coolant based heater with a three speed fan "Back up alarm and amber roof mounted safety light/ beacon "Parking brake "automatic transmission "Front and rear vehicle suspension "All rubber drive tracks "AM/FM -CD Radio with 4 speaker system "Front and Rear receiver style hitch for pulling trailers "Power steering "Automotive type windshield and windshield wiper "Dual pane side windows (reduce fogging) "Roof escape safety hatch "200 mile fuel tank capacity "New and or 1 year old vehicles are acceptable "The leased Snow Coach must perform the minimum requirements at altitudes of 6000 feet / 9000 feet above sea level. "Yellowstone National Park will require a reduction in the daily lease rate if vehicle does not perform the minimum requirements listed above. "All non-maintenance service must be under warranty and performed at our location or a replacement machine supplied within 48 hours at no additional cost to the National Park Service. "Yellowstone National Park will require replacement equipment within 48 hours of notification of equipment not in working order additionally a reduction in the daily lease rate for down time due to mechanical failure or out of service concerns. "Awarded contractor must provide transportation of vehicles to and from Yellowstone National Park Mammoth Wyoming PROPOSAL QUOTES ARE DUE for this combined synopsis/solicitation on December 11, 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. Due to conversion of National Park Service Financial Management System no amendments will be posted after November 30, 2012. For updated information contact Andrea Hannon via email. All questions regarding this solicitation must be submitted in writing via email to andrea_hannon@nps.gov. Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ Line 0001: Seven Passenger Snow Coach $______/Daily Rate Extended Price $_______ Lease Period 0001 January 7, 2013-January 31, 2013 Line 0002: Seven Passenger Snow Coach $_____/Daily Rate Extended Price $_______ Lease Period 0002 February 1, 2013 - February 28, 2013 Line 0003: Delivery of Seven Passenger Snow Coach $_______ Line 0004: Return of Seven Passenger Snow Coach $_______ REFERENCES: Name:_________________ Company: ______________ Phone:_________________ Email:_______________ Name:_________________ Company: ______________ Phone:_________________ Email:_______________ Name:_________________ Company: ______________ Phone:_________________ Email:_______________ 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] technically acceptable: Standard of Acceptability: Proposal meets or exceeds the technical requirements of Yellowstone National Park spelled out within this combined synopsis/solicitation. [b] price; Standard of Acceptability: the lowest price technically acceptable [c] 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 52.219-6 Notice of Total Small Business Set Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Sub Contracting 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 52.208-04 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). END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS20155/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02934502-W 20121122/121120234446-71b42eb1cba8c7678e53836bfe5b719d (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.