Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

23 -- Skid-steer Loader Bobcat S185 or equal

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - MORA Mount Rainier NP National Park Service,55210 238th Ave. East Ashford WA 98304
 
ZIP Code
98304
 
Solicitation Number
N9455090046
 
Response Due
5/6/2009 11:59:00 PM
 
Archive Date
5/4/2010
 
Point of Contact
Joel Rodriguez Roads and Auto Shop Foreman 36056922113330 joel_rodriguez@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
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; price proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. The solicitation is full and open competition The solicitation number is N9455090046, and the solicitation is issued as a request for proposal (RFP). The NAICS code is 333120 with a small business size standard of 750 employees. This solicitation will result in one fixed-price contract. The National Park Service, Mount Rainier National Park, Ashford, Washington, is requesting a firm-fixed price for one skid-steer loader Bobcat S185 or equal. The National Park Service reserves the right to award based on the Government's best value. SPECIFICATIONS: Bobcat S185 or equal. S185 Bobcat Skid-Steer Loader; 61 HP Turbo Interim Tier IV Diesel Engine; Auxiliary Hydraulics: Variable Flow; Backup Alarm; Bob-Tach; Bobcat Interlock Control System (BICS); Controls: Bobcat Standard; Engine/Hydraulic Systems Shutdown; Glow Plugs (Automatically Activated);Horn; Instrumentation: Engine Temp, Fuel, Hourmeter Gauges and Warning Lights; Lift Arm Support; Warranty: 12 Months, Unlimited Hours; Lift Path: Vertical; Lights, Front & Rear; Operator Cab Includes: Adjustable Cushion Seat, Dome Light, Electrical Power Port, Interior Cab Foam, Top & Rear Windows, Parking Brake, Seat Bar, Seat Belt; Roll Over Protective Structure (ROPS) meets SAE-J1040 & ISO 3471; Falling Object Protective Structure (FOPS) meets SAE-J1043 & ISO 3449, Level I; (Level II is available through Bobcat Parts); Tires: 10-16.5, 8 PR, Bobcat Standard Duty; Spark Arrestor Muffler; Cab Enclosure with Heat; Deluxe Instrument Panel; Power Bobtach; Sound Reduction; Suspension Seat; Attachment Control Kit; Cab Accessory Harness; Advanced Control System (ACS); High Flow Hydraulics; Strobe; Engine Block Heater; Port Relief Valve; 68" Low Profile Bucket; SB200 Snowblower - 66" Width --- 9.6 Hydraulic Motor Package PRICE SCHEDULE: The Government will award one contract resulting from this solicitation to responsible offeror whose proposals conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Proposals will be evaluated according to the following factors: 35% for Engine compartment is easy to access. 35% for Engine components are easily accessed for repairs or replacement. 15% for price. 10% for Energy efficient. 5 % for Skid Loader has the ability to work with Bobcat attachments such as trencher, clam bucket, etc. Quality shall be considered significantly more important than price. The government reserves the right to make award without discussions. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.219-06, Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Rerepresentation; Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52232-36 Payment by Third Party. All offerors must be registered in the Central Contractor Registration database. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Proposals must be received no later than Thursday, May 7, 2009, 4:00 p.m., Pacific Daylight Time. Submit quotations to the attention of the Contracting Officer, Mount Rainier National Park, 55210 238th Avenue East, Ashford, WA 98304-9751 or send by facsimile to (360) 569-2180. The point of contact for this solicitation is: JoAnn Palmer, Purchasing Agent, telephone #360-569-2211 ext 3336 and fax# 360-569-2180. The government reserves the right to cancel this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=20f172e487516fc295719cb5bc032dca&tab=core&_cview=1)
 
Place of Performance
Address: Longmire, WA<br />
Zip Code: 98397<br />
 
Record
SN01808179-W 20090506/090504220321-efa25eaf4c4d259f4ca841c8c69f64cb (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.