SOLICITATION NOTICE
38 -- YELLOWSTONE PARK TO PURCHASE T250 SKID STEER LOADER
- Notice Date
- 7/16/2009
- 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
- Q1574093206
- Response Due
- 7/31/2009
- Archive Date
- 7/16/2010
- Point of Contact
- Patty Oestreich Contract Specialist 3073442076 patty_oestreich.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
- Total Small Business
- Description
- 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. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574093206. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-33 and are available in full text through Internet access at http://www.acqnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 333120 and 423810 and the small business size standard is 750 and 100 employees respectively. QUOTES ARE DUE for this combined synopsis/solicitation on JULY 31, 2009 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Faxed 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 faxed to 307-344-2079 or emailed to patty_oestreich@nps.gov. All questions regarding this solicitation should be faxed or emailed to patty_oestreich@nps.gov. Yellowstone National Park needs to purchase a Name Brand High Flow Bobcat Model T250 Skid Steer Loader. Quoted price must include delivery to the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park WY 82190. Delivery needed by September 1, 2009 or earlier. The following is a description of the requirements: Turbo Diesel with a horse power rating of 81 hp minimum.Auxiliary Hydraulics: Variable Flow/ High flow.Back up alarm./engine block heaterBobcat interlocks Control System (BICS).Glow Plug (automatic activation)Engine / Hydraulic emergency shutdown.Instrumentation: Engine temp, fuel gauge, hour meter, and warning lights.Lift arm support.Front and rear lights, dome light and amber cab mounted strobe.Operators cab must have the following options Adjustable seat cushion, electrical power port, interior cab foam, top and rear windows, parking brake, seat bar, and seat belt.Roll over protection structure (ROPS) meets SAE-J1040 and ISO 3471Falling objects protective structure (FOPS) meets SAE J1043 and ISO 3449 level one.Compact rubber track loaderH51 Option package Cab enclosure with heat, air conditioner and suspension seat. Cab accessory harness with power bob Tach.Selectable Joystick controls (SJC) High flow hydraulics for (SJC)Attachment control kit 7 pin.Hydraulic bucket positioning.ACS. Control.Construction bucket.Price must include FOB. Mammoth Hot Springs Yellowstone WY. 82190 If able to provide a trade-in allowance, Yellowstone National Park wants to trade in a Bobcat 1998 863 high flow, hours on machine are 1781. This machine is well maintained and is in fair condition. Email pictures are available by request, send to patty_oestreich@nps.gov COST OF NEW BOBCAT (INCLUDING DELIVERY) $______________________ LESS TRADE-IN ALLOWANCE $______________________ TOTAL DELIVERED AMOUNT $______________________ Business Name: __________________________________________DUNS:________________________ Business Address: ______________________________________________________________ Business Phone: ____________________________________________FAX: ________________________ Email Address:_________________________________________________________________ Offeror Name: ________________________________________Date:_____________________ 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.acqnet.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; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 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: 52.222-21 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; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alt 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574093206/listing.html)
- Place of Performance
- Address: YELLOWSTONE NATIONAL PARK<br />
- Zip Code: 82190<br />
- Zip Code: 82190<br />
- Record
- SN01878076-W 20090718/090717000842-22875848c4ecc6e2789026184356201c (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 |