Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2009 FBO #2735
SOLICITATION NOTICE

W -- Lease with Option to Purchase two (2) Nine-Wheel PneumaticTire Compactors, Yellowstone National Park.

Notice Date
5/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1574092879
 
Response Due
6/5/2009
 
Archive Date
5/21/2010
 
Point of Contact
Andy H. Fox Contract Specialist 3073442149 andy_fox@nps.gov;<br />
 
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
Nine Wheel Pneumatic Tire Compactors5/21/2009 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #N1574092879. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 423810; Small business size standard: 100 employees. The proposed contract is available for full and open competition. All responsible business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The anticipated award date is on or about June 12, 2009. Address questions regarding this solicitation to Andy Fox at andy_fox@nps.gov or 307-344-2149. 2) SCOPE OF REQUIREMENT: Line Item #1: Base Year to cover June 15, 2009 through June 14, 2010: Lease of two new nine wheel hot asphalt pneumatic tire compactors to remain in Yellowstone National Park. The contractor shall be responsible for the transportation and delivery of this equipment to the Yellowstone National Park. Delivery of the equipment must be completed by 6/15/09. Line Item #2: Option Year 1 to cover June 15, 2010 through June 14, 2011: Lease of two nine wheel hot asphalt pneumatic tire compactors to remain in Yellowstone National Park. Line Item #3: Option Year 2 to cover June 15, 2011 through June 14, 2012: Lease of two nine wheel hot asphalt pneumatic tire compactors to remain in Yellowstone National Park. Line Item #4: Option Year 3 to cover June 15, 2012 through June 14, 2013: Lease of two nine wheel hot asphalt pneumatic tire compactors to remain in Yellowstone National Park. Line Item #5: Option Year 4 to cover June 15, 2013 through June 14, 2014: Lease of two nine wheel hot asphalt pneumatic tire compactors to remain in Yellowstone National Park. Line Item #6: Option to purchase a 3-year / 1200 hour warranty for both machines to cover from delivery of machines for 36 months or 1200 hours of operation, whichever occurs first. Line Item #7: Option to purchase two nine wheel hot asphalt pneumatic tire compactors under this contract. Yellowstone National Park Special Projects Roads needs to lease/ purchase two new nine wheel hot asphalt pneumatic tire compactors. The base year of June 15, 2009 with the following option years, 2010, 2011, 2012 and 2013 with the option of purchasing the two rubber tire rollers the last year of the contract.The roller compactors must have the following characteristics.1.Service brake / Emergency brake systems.2.Pressurized water spray system, spray nozzle one per tire (min).3.Compaction width range minimum of 68 inches. No wider than 90 inches.4.Fuel type Diesel.5.Rated Gross engine horse power minimum of 85 hp. 6.Operating weight -Max wet with sand ballast. (20,000 minimum up to 45,000 pounds maximum)...Including rollover protection (ROPS). Federal and State roll over protection with seat belt must meet DOT standards/requirements. There shall also be a sunroof.7.Water (spray) Tank capacity. Minimum of 90 gallons.8.Transmission type Hydrostatic.(min three speed hydrostatic)9.Back up alarm.10.Four way flashers and turn signals.11.Tire scrapers. 12.Work lights front and rear.13.Operator's platform accessible from both sides.14.Instrumentation panel must include but not limited to horn, hour meter, engine oil and hydraulic temperature gauges, warning lights and buzzers.15.Roller must have front and rear lights, side mirrors and two high visibility amber warning strobes.16.Price must include delivery FOB. Mammoth Hot Springs WY. 82190Offeror must provide product cut sheets in sufficient detail to show that the products meet the above characteristics/requirements with their offer. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: 1. Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful Offeror shall complete and submit the provision to the Contracting Officer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.203-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-1, 52.225-13, and 52.232-33. Clause 52.207-5, Option To Purchase Equipment, applies to this acquisition. Clause 52.208-4, Vehicle Lease Payments, applies to this acquisition. Clause 52.208-5, Condition of Leased Vehicles, applies to this acquisition. Clause 52.208-6, Marking of Leased Vehicles, applies to this acquisition. Clause 52.208-7, Tagging of Leased Vehicles, applies to this acquisition. Clause 52.217-5, Evaluation of Options, applies to this acquisition. Clause 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. Paragraph "(a)" of this provision shall read as follows. "(a) The Government may extend the term of this contract by written notice to the Contractor within 5 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. Paragraph "(c)" of this provision shall read as follows. "(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 4) PROPOSAL: Solicitation: N1574092879, Lease with Option to Purchase of two (2) Nine Wheel Pneumatic Tire Compactors Due: 2:00 pm Mountain Time, Friday, June 5, 2009 Submit to: E-mail: andy_fox@nps.gov or Fax: 307-344-2079. DATE:_____________________________________________________________________________________; CONTRACTOR:_____________________________________________________________________________; ADDRESS:_________________________________________________________________________________; DUNS Number:__________________________________________________________________________________; Contact Name:______________________________________________________________________________; Phone: ____________________________________________________________________________________; Fax:______________________________________________________________________________________; E-mail: ____________________________________________________________________________________; Line Item #: 1, Base Year to cover June 15, 2009 through June 14, 2010: Lease of two new nine wheel hot asphalt pneumatic tire compactors to remain in Yellowstone National Park, Quantity: 12 months, Unit Price: $____________, Extended Price: $____________; Line Item #: 2, Option Year 1 to cover June 15, 2010 through June 14, 2011: Lease of two nine wheel hot asphalt pneumatic tire compactors to remain in Yellowstone National Park, Quantity: 12 months, Unit Price: $____________, Extended Price: $____________; Line Item #: 3, Option Year 2 to cover June 15, 2011 through June 14, 2012: Lease of two nine wheel hot asphalt pneumatic tire compactors to remain in Yellowstone National Park, Quantity: 12 months, Unit Price: $____________, Extended Price: $____________; Line Item #: 4, Option Year 3 to cover June 15, 2012 through June 14, 2013: Lease of two nine wheel hot asphalt pneumatic tire compactors to remain in Yellowstone National Park, Quantity: 12 months, Unit Price: $____________, Extended Price: $____________; Line Item #: 5, Option Year 4 to cover June 15, 2013 through June 14, 2014: Lease of two nine wheel hot asphalt pneumatic tire compactors to remain in Yellowstone National Park, Quantity: 12 months, Unit Price: $____________, Extended Price: $____________; Line Item #: 6, Option to purchase a 3-year / 1200 hour warranty for this machine to cover from delivery of the machine for 36 months or 1200 hours of operation, whichever occurs first. Quantity: 1 lump sum, Unit Price: $____________, Extended Price: $____________. Line Item #: 7, Option to purchase two nine wheel hot asphalt pneumatic tire compactors under this contract. Also included in this line item is a 3-year / 1200 hour warranty for both machines after the Government exercises the option to purchase. Quantity: 1 lump sum, Unit Price: $___________, Extended Price: $____________; TOTAL: $_______________________. General Notes1. Offerors shall submit a price for all line items; failure to do so may render the offer unacceptable.2. On lump-sum line items, provide total price only.3. If no item exists for a portion of the work, include the price in a related line item.4. In case of error in extension of prices, unit price governs.5. In case of error in summation, the total of the corrected amounts govern.6. The Government reserves the right to award any or all of the line items at the time of contract award.7. The Government reserves the right to exercise any or all of the options, at the prices stated in the schedule, at any time prior to the expiration of the term of the contract. 8. Except when it is determined by the Contracting Officer not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all Option Line Items to the total price for all Base Line Items. Evaluation of options will not obligate the Government to exercise any of the options.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1574092879/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY.<br />
Zip Code: 82190<br />
 
Record
SN01824743-W 20090523/090521235301-d7ab53d055c6d33c4a062a502743ed3f (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.