Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

38 -- Snow removal equipment for Mount Rainier NP, WA

Notice Date
9/20/2021 6:07:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
140P8321Q0101
 
Response Due
9/23/2021 4:00:00 PM
 
Archive Date
10/08/2021
 
Point of Contact
Welch, Sarah, Phone: (360) 854-7220, Fax: (360)856-1934
 
E-Mail Address
Sarah_Welch@nps.gov
(Sarah_Welch@nps.gov)
 
Description
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quotations (RFQ #140P8321Q0101) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07, issued on 9-10-21. This action is open to all businesses regardless of size under NAICS 333120, Construction Machinery Manufacturing. The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses; a Wholesale Trade or Retail Trade business concern submitting a quote on a supply acquisition is categorized as a non-manufacturer and deemed small if it has 500 or fewer employees and meets the requirements of 13 CFR 121.406. The Government intends to issue one or more purchase orders to the responsible quoter(s) whose quote(s) is/are the most advantageous for the Government, price and other factors considered; NPS reserves the right to make multiple awards. Quote preparation and submission instructions are at the end of this document. BACKGROUND The NPS is responsible for maintaining roads within the boundaries of Mount Rainier National Park (MORA), near Ashford WA. Each winter, NPS crews operating NPS-owned equipment clear approximately 30 miles of road, plus pull-outs and parking areas, primarily between the west entrance at approximately 2,000 feet elevation and Paradise at 5,400 feet. Average annual snowfall at Paradise is 643�, varying from 266� (~22 feet) to 1,122� (~94 feet) (see https://www.nps.gov/mora/planyourvisit/annual-snowfall-totals.htm). The two-lane roads are narrow, winding, and steep in sections. Snow often falls in great quantities over a short period of time. This procurement is to replace aging snow removal equipment using a brand name or equal purchase description, augmented by a list of salient and preferred characteristics. Per FAR 11.104 (b), �Brand name or equal purchase descriptions must include, in addition to the brand name, a general description of those salient physical, functional, or performance characteristics of the brand name item that an �equal� item must meet to be acceptable for award. Use brand name or equal descriptions when the salient characteristics are firm requirements.� PRODUCT DESCRIPTIONS This Request for Quotations (RFQ) includes a manufacturer and model number that meets the government's requirements along with a list of salient and preferred characteristics. NPS will accept quotes for equivalent machines. The maximum frame size and minimum horsepower listed herein are based on the road and typical winter conditions. All items are FOB Destination: Longmire, WA 98397. Item 10: Oshkosh P series brand name or equal motorized 4X4 snowplow. Salient Characteristics: 158� Standard 4X4 wheel base maximum Tier 4 diesel motor compliant with Washington State emissions requirements Gross Vehicle Weight Rating 55000 maximum 2,100 Governed RPM minimum 27,000 lbs Rear Suspension rating minimum. 18.7 Cubic Feet Per Minute Turbo Charged Air Compressor minimum 395/85R20 20 ply tires 170 Amp alternator 50,000 BTU heater capacity minimum Heated mirrors Conversion of unit to biopreferred hydraulic fluid in lieu of standard fluids. Printed and electronic (PDF or CD) copies of operator/owner and maintenance manuals Printed or electronic (CD) parts manual Preferred Characteristics: 11.9 Liter 350 Horsepower diesel class 4 engine minimum at 2,100 revolutions per minute (RPM) 1500-Watt 120V engineer coolant block heater 100 Gallon tank 5-speed transmission Jump start lugs on battery box Pintle Hitch, 49,000 lb and 9800 lb vertical Mud flaps in front of the rear axle Engine brake 30,000 rigid rear axle requested Driver controlled rear axle differential Heated front windshield Master electrical disconnect at the battery box Master electrical control kit Auxiliary lighting switch kit Item 10.a. Attachment for Item 10 Wausau brand name or equal 1270 Expressway plow blade Salient characteristics: Hydraulic power angling Shear bars Cable level lift Hydraulics system Item 20 Oshkosh brand name or equal PT2530 motorized 4X4 snow tractor Salient Characteristics: 158 in maximum frame 4X4 rear axle 27,000 lb rating Rear frame mounted tow hooks two (2) each 450 horsepower diesel class 4 motor compliant with Washington State emissions requirements 395/85R20 20 ply tires 20X10 inch front steel disc wheels 20X inch rear steel disc wheels Gross Vehicle Weight Rating GVWR 36,000-54,000 lbs Air released tailgate Conversion of unit to biopreferred hydraulic fluid in lieu of standard fluids. Printed and electronic (PDF or CD) copies of operator/owner and maintenance manuals Printed or electronic (CD) parts manual Preferred characteristics: Heated windshield Engine brake 120V Engine block heater Master battery disconnect at battery box Jump start lugs on battery box 100 Gallon tank Pintle hook 500 Amp hitch Item 20.a Attachment for Unit 20 Wausau brand name or equal 1160 expressway plow blade Salient Characteristics: Hydraulic power angling Shear bars Cable Level Lift Hydraulics System Item 20.b. Attachment for Unit 20 Five cubic yard stainless steel sander Salient Characteristics: Must be able to be mounted to unit 20 above Self-powered Adjustable spinner DELIVERY ADDRESS FOR ALL ITEMS Mount Rainier NP Receiving L-201 Park Warehouse Longmire WA 98397 Federal Acquisition Regulation (FAR) clauses that will be in any resulting purchase order: The full text of each clause can be viewed at www.acquisition.gov/far. 1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (Jan 2017) 2) 52.204-13, System for Award Management Maintenance (Oct 2018) 3) 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 4) 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018); 5) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Sep 2021), with Paragraph B clauses numbered 4, 27, 28, 29, 31, 32, 33, 34, 35, 42, 44, 58 incorporated; Paragraph C items not included (do not apply); and all Paragraph A, D, and E clauses incorporated. 6) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 7) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. 8) DOI clause, Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP; https://www.IPP.gov). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions- Commercial Items included 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�s standard invoice, including the following elements: 1) Name and address of the contractor. 2) Invoice date and invoice number. 3) Contract/purchase order number. 4) The description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. 5) Period of Service for services rendered. 6) Name (where practicable), title, phone number, and mailing address of person to notify in the event of an improper invoice. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after 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. EVALUATION CRITERIA The government intends to make a best value award using simplified acquisition procedures based on price and other factors, including how well the quoted product matches the salient characteristics, benefits of additional features, warranty features, suitability for our intended use, compatibility with equipment already owned by park, and distance to closest available authorized service center (manufacturer-authorized service provider within 75 miles of Longmire, Washington, will be rated the highest). NPS reserves the right to make multiple awards, so the price for each item should be independent of the others. INSTRUCTIONS TO QUOTERS (see also FAR clause 52.212-1) The deadline for receipt of quotes is Thursday, September 23, 2021 at 4:00 pm PT unless amended. Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is your responsibility to monitor the Sam.gov website. Questions regarding this solicitation must be submitted in writing to sarah_welch@nps.gov. Answers will be provided in amendment(s) to the solicitation. Prior to submission of a quote, the quoter must establish an active profile in the System for Award Management database (www.SAM.gov); QUOTE PREPARATION AND SUBMISSION INSTRUCTIONS Quotes should be submitted using the Standard Form 1449 (downloadable from http://gsa.gov/portal/forms or hyperlinked from this announcement), and must also include, at a minimum: 1) Completed price schedule (itemized list showing machine and all implements). Include priced option to fill with biopreferred hydraulic fluid in lieu of standard fluid. 2) Delivery schedule (number of days expected for delivery after receipt of order); 3) Cut sheets and/or website links that show Equipment / Model / Specifications and Features; 4) Photos and/or drawings aptly depicting product features and showing that equipment meets these requirements; 5) Standard warranty information and any extended warranty options; and 6) Name and location of nearest dealer and service facility. 7) Contractor remittance address and DUNS number; 8) Name, phone number, e-mail, and mailing address of your point of contact; 9) Signature of official authorized to bind your organization; 10) Completed FAR representation 52.204-24 (OCT 2020) if this is not included in your SAM representations; and 11) Prompt payment terms. Quoter may include additional documents it deems necessary for NPS to fully evaluate the quoted units. Submit quote by e-mail to: sarah_welch@nps.gov; paper copies will not be accepted. Sarah Welch, Contracting Officer North Cascades National Park Service Complex 810 State Route 20, Sedro Woolley, WA 98284 Phone: (360) 854-7220 Fax: (360) 856-1934 Email: sarah_welch@nps.gov The following provisions are part of the Request for Quotations: The full text of each provision can be viewed at www.acquisition.gov/far. 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements�Representation (JAN 2017) 52.204-7, System for Award Management (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 52.212-3 Offeror Representations and Certifications�Commercial Items. (FEB 2021) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (a) Definitions. As used in this provision� ""Covered telecommunications equipment or services"" has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. Forced or indentured child labor means all work or service� (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. Inverted domestic corporation, means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except� (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Reasonable inquiry has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate� (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended.""Sensitive technology""� Sensitive technology� (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically� (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3)of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern� (1) Means a small business concern� (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veteransor, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service connected, as defined in 38 U.S.C. 101(16). Small business concern� (1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and size standards in this solicitation. (2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103. Small disadvantaged business concern, consistent with13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that� (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by� (i) One or more socially disadvantaged (as defined at13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Subsidiary means an entity in which more than 50 percent of the entity is owned� (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term ""successor"" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. Veteran-owned small business concern means a small business concern� (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. Women-owned small business concern means a small business concern� (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard(s) applicable to the NAICS code(s) referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] Full text of paragraphs (c) through (v) is available at www.acquisition.gov/far. 52.212-2 Evaluation�Commercial Items. (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, how well the proposed residential space complies with NPS� stated requirements. Technical and past performance, when combined, are less important, when combined, compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. NOTE: This verbiage is also provided as a PDF hyperlinked at SAM.gov for prospective quoters' convenience.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b98b36693e264db8b2dd82e055ccbc6b/view)
 
Record
SN06138521-F 20210922/210920230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.