Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

37 -- Brand Name or Equal Turfmaster Sweep-All HMW Lawn Sweeper for Yellowstone National Park

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PO Box 128, West Glacier, MT 59936
 
ZIP Code
59936
 
Solicitation Number
40287719
 
Response Due
7/28/2016
 
Archive Date
1/24/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 40287719 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 333112 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-28 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Yellowstone National Park, WY 82190 The DOI NPS IMR NORTHERN ROCKIES MABO requires the following items, Brand Name or Equal, to the following: LI 001: Brand Name or Equal product only, TURF Master Sweep-All Model HMW tow behind lawn sweeper for Yellowstone National Park. Equal product must meet the following specifications: LAWN SWEEPER MINIMUM REQUIREMENTS: ?Sweeping Width60 inch ?Unit width80 inch ?Unit length96 inch ?Broom diameter24 inch ?Hopper capacity54 cubic feet ?Sweeper adjustmentsPush button control POWER REQUIREMENTS: ?Engine Horse power 9 HP Air cooled recoil start 4 stroke ?Power ClutchWet clutch engages if broom encounter obstacles ?Power transmission Drive belts ?Gear reduction2:1 broom drive CONTROLS: ?Push Button actuators12 volt DC with battery ?Push Button controlEngine RPM and Broom Speed ?Push Button controlBroom height and depth Price must include 1 year warranty Parts and labor on sweeper and 2 year parts and labor warranty on engine. Sweeper must be shipped in crate to reduce the possibility of damage. If quoting equal product, manufacturer specifications must be submitted., 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, DOI NPS IMR NORTHERN ROCKIES MABO 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI NPS IMR NORTHERN ROCKIES MABO is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors 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.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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 selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Payment requests must be submitted electronically thought the U.S. Department of the Treasury?s Internet Payment Platform System (IPP). Payment Request means any request for contract financing payment or invoice payment by the Contractor. To constitutes a proper invoice, the payment request must comply with the requirement identified in the applicable Prompt payment clause included in the contract, or the clause 52.212-4, Contract Terms and Conditions Commercial Items including in commercial item contracts. The IPP website address is : https://www.ipp.gov. Under this contract the following documents are required to be submitted as an attachment to the IPP Invoice: Vendor Company Invoice MUST BE attached to the IPP Invoice in order to be processed. Failure to attach company invoice may result in rejection of invoice. The Contractor must use the IPP website to register and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 to 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973~3131. If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving (October 2009) Executive Order 13513, Federal Leadership On Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (Ref: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately bans text messaging while driving company-owned or rented vehicles, government owned or leased vehicles, or while driving privately owned vehicles while on official government business or when performing any work for or on behalf of the government. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): ): www.acquisition.gov/far 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. (a) Definitions. As used in this clause? ?Commercially available off-the-shelf (COTS) item?? (1) Means any item of supply (including construction material) that is? (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. ?Component? means an article, material, or supply incorporated directly into an end product. ?Cost of components? means? (3) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (4) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. ?Domestic end product? means? (1) An unmanufactured end product mined or produced in the United States; (2) An end product manufactured in the United States, if? (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or (ii) The end product is a COTS item. ?End product? means those articles, materials, and supplies to be acquired under the contract for public use. ?Foreign end product? means an end product other than a domestic end product. ?United States? means the 50 States, the District of Columbia, and outlying areas. (b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for an end product that is a COTS item (See 12.505(a)(1)). (c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled ?Buy American Certificate.? This requirement is set aside for total small business. The North American Industry Classification System (NAICS) code is 333111 and the small business size standard in number of employees is 1250.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/40287719/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY 82190
Zip Code: 82190
 
Record
SN04182812-W 20160716/160714235003-1bcb7bab12e06d1a36d360e7dc892d7a (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.