Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2009 FBO #2798
SOLICITATION NOTICE

38 -- 4X4 Dump Truck with Snow Plow and Sander

Notice Date
7/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - ZION - Zion National Park Attn: Contracting, National Park ServiceState Route 9 (435) 772-0149 Springdale UT 84767
 
ZIP Code
84767
 
Solicitation Number
N1590090029
 
Response Due
8/7/2009
 
Archive Date
7/23/2010
 
Point of Contact
Mary J. Dillon Contract Specialist 4357720151 mary_dillon@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
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 Proposal (RFP) N1590090029. Offers are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The Federal Acquisition Regulation (FAR) clauses and provisions enclosed within this RFP are those in effect through Federal Acquisition (FAC) 2005-33 and are available in full text through Internet access at http://www.arnet.gov/far. This solicitation is full and open competition using Brand Name or Equal product. The National Park Service encourages the participation of small, disadvantaged, and women owned business enterprises. The North American Industry Classification System (NAICS) code is 423810 and the small business size standard is 100 employees. OFFERS ARE DUE for this combined synopsis/solicitation on AUGUST 7th, 2009 at 12:00 midnight MDT and shall be delivered by the specified time to Zion National Park Service, Hwy 9, Springdale, UT 84767; ATTN: Mary Dillon. Faxed quotes/offers are preferred with all required documentation provided, no oral quotations will be accepted. Reference solicitation N1590090029. Offeror's must furnish the company name, DUNS number, address, phone number, fax number, e-mail address if available, and official point of contact. All Offers must be signed by authorized company official and faxed to Contracting Officer (435) 772-3337 or emailed to mary_dillon@nps.gov. The Government anticipates making a single award for this solicitation. All offers will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. Any questions regarding this solicitation should be faxed or emailed to mary_dillon@nps.gov. The following is a description of the requirements for this acquisition. CLIN 0001 - 4X4 Dump Truck with Snow Plow and Sander Unit. (Dump Truck Brand Name or equal to Navistar by International, Model 7000)Snow Plow Brand Name or Equal to MPS Snowplow, ReversibleSander Unit Brand Name or Equal to NSP Sand and Salt Spreader Name Brand Manufacturer: Navistar International CorporationAddress: 4201 Winfield RoadWarrenfield, Ill 60555 Offeror's price shall include delivery to Zion National Park, Springdale, UT 84767. Prefer equipment delivery in 90 days or sooner. All offers shall include the following "Navistar 7000" or equal features and Salient Characteristics (as asterisked below*): *A14Alternator, 140 amp min per SAEARTAir Release TailgateASIAir Cleaner Service Indicator (Dash Mounted)AUXSAuxiliary SpringsBTCTool Compartment, Steel with Latch*CECab, Extended StyleD1Differential Lock Out, Driver ControlledDHDHeavy Duty BodyDSS2Driver and Passenger's Seat, Suspension Type* ECBEngine Compression BrakeEHMEngine Hour Meter*FTC70 Gallons Minimum Fuel Capacity*MPPAdd Power Angling to Snow PlowMPRSnow Plow Provisions*MPSSnowplow, ReversibleMTLTrailer Lighting Cable 110 inches*NSPSand and Salt Spreader*PWOPower Windows*RM3Motorized Right Side, Heated MirrorsRTHTowing Hooks/Loops at RearTBEElectric Trailer Brake ControlTBTTowing Brake Control (couplers mounted on front of vehicle)TJTools - Tire Removal and JackTSTilt Steering*TTPTrailer Towing PackageUNUnderstructure, Nested (Body or Trailer)VMSVertical Spare Tire Carrier*YD4Engine Diesel - Min 230 GHP and 660 LB-FT Torque 1 ea$_______________ "Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall insert the following description for the product. Dump Truck:Product Name: ______________________________________________________Manufacturer's Name:_______________________________________________Address: ___________________________________________________________Product make, model, or catalog description: _____________________________________________________________________________________________________________________________________ Snow Plow:Product Name: ______________________________________________________Manufacturer's Name:_______________________________________________Address: ___________________________________________________________Product make, model, or catalog description: _____________________________________________________________________________________________________________________________________ Sander Unit:Product Name: ______________________________________________________Manufacturer's Name:_______________________________________________Address: ___________________________________________________________Product make, model, or catalog description: _____________________________________________________________________________________________________________________________________Offeror's shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient characteristics of the "brand name" as listed in the solicitation." Business Name: _____________________________________ DUNS: __________________________Business Address: ____________________________________________________________________Business Phone: ___________________________________ _ FAX: ____________________________Email Address: _____________________________________ Offeror Name: _____________________________________ Date: ___________________________ Offerors must review and comply with the FAR Provisions or Clauses that apply to this solicitation. This information is available on the internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1 INSTRUCTIONS TO OFERORS-COMMERCIAL ITEMS; 52.212-2 EVALUATION - COMMERCIAL ITEMS - Evaluation factors: evaluation shall be best value to the Government based on ability to meet the required product and salient characteristics, past performance supported by documentation and references, and price. Past performance shall be equal to price in importance; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, a completed copy of the provisions at 52.213-3 must be submitted with the bid/offer. Contractor must download from the internet and complete per instructions; 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 EXECUTIVE ORDERS-COMMERCIAL ITEMS applies to this acquisition including 52.222-3 Convict Labor, 52.222-10 Child Labor -Cooperation with Authorities and Remedies; 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and the following paragraph (b) clauses added: 52.203-6 Restrictions on Subcontractor Sales to the Government52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Subcontracting52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees52.222-54 Employment Eligibility Verification52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. 52.211-6 Brand Name or Equal (Aug 1999). NOTICE OF IMPORTANCE: As part of the E-government Integrated Acquisition Environment (iae) INITIATIVE THROUGH THE Federal Government, all vendors must be registered on the Central Contractor Registration (CCR) website (www.ccr.gov). If your firm has not yet registered on CCR or your firm needs to make any updates to your vendor records at CCR, please do so immediately at www.ccr.gov. Failure to register at CCR and update your vendor record will adversely affect your firm receiving payments in a timely manner. END of combined synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1590090029/listing.html)
 
Place of Performance
Address: Zion National ParkNational Park ServiceHwy 9Springdale, UT 84767<br />
Zip Code: 847670001<br />
 
Record
SN01884620-W 20090725/090723235310-23a8d0b700b87c2bdba403114158dacc (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.