Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2009 FBO #2822
SOLICITATION NOTICE

23 -- Purchase of Sewer Pumper Vehicle in accordance with the Statement of Work

Notice Date
8/14/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
Q8221090095
 
Response Due
8/31/2009
 
Archive Date
8/14/2010
 
Point of Contact
Deborah J. Cimmer Contract Specialist 9287741362 Deborah_cimmer@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
Sewer Pumper Truck for Grand Canyon National Park8/13/2009 This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is issued as a Request for Quote, #Q8221090095 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, as supplemented with additional information included in this notice. 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: 423110 Small business size standard: NTE 100 employees. The proposed contract is 100% set-aside for small business concerns. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). Quoters shall e-mail their quotations to Deborah Cimmer at deborah_cimmer@nps.gov. Quotes shall be submitted so as to insure arrival by 2:00 pm Mountain Standard Time, Monday, August 31, 2009. The anticipated award date is on or about Friday, September 11, 2009. Address questions regarding this solicitation to deborah_cimmer@nps.gov or 928-774-1362. Contract line items: Line Item #: 1, Desc: Sewer Pumper Trk, Qty: 1, Unit Price: $, Total Price: $, SPECIFICATIONS: 2650 gallon (2400 waste / 250 fresh):Waste compartment: 3" Masport primary shutoff, 3" Masport secondary, 3" oil catch muffler, sloped skids, one manway on top, one man way on rear head, three 5" sight glasses (rear head), two 3" suctions with values, camlocks and covers (one at 1 o'clock position, one at 5 o'clock position), 4" rear dump with valve, camlock and cover, 7" high hose trays, three 30' sections on 3" suction hose (one attached to truck with male end, two each with one maleend and one female end, two work lights on rear head.Water compartment; 4" fill with camlock cap, " clear sight tube on water compartment, 4.5 GPM pump tohose with bypass so pump will recirculate during cold weather, 50' retractable hose reel, a hook up such that hose can be disconnected from pump, 2" outlet to bucket fill with elbow out to drivers side and comlock with cover.Drive system; Masport HXL 15WV Vacuum pump (water cooled), heavy duty pump mount to truckframe, tubular driveshaft to 400 series 90 degree gearbox, woods coupling betweengearbox and vacuum pump, PTO for transmission.Accessories; Bumper, NO receiver hitch, 2.5 " vacuum gauge, vacuum relief valve, Pressure relief valve, diamond bright to cap trays, two tool boxes one on each side, Rhino Guard inside trays, with lights to make DOT legal including backup alarm.Paint; Prime and paint white.Truck; 2009 Ford F-750 or equivalent,Engine: Cummings (6.7L) ISB 260 HP@ 2400 RPM governed @ 2600 RPMTransmission: Allison 3000 6-speed RDS series refuseRear axle ratio: 5.57Brakes: Air BrakesStraight truck, Wheelbase 212"/138" CA/81"AF/332"OAL, frame single channel straight C 16.98 SM, 120,000PSI - for GVW ratings 33,000 lbs, two tow hooks front inside rail frame mounted, I - beam type front axel - 13,200 lb cap I - 132 sg, taper - leaf springs, parabolic - 13,200 lb cap, 21,000 lb single speed - Spicer 21060S rear axle, multi leafsprings - vari rate suspension 23,5000, 5,57 axle ratio, Allison programming I/O rugged duty series - (front loaders, rear loaders, recycling/packers), back of cab horizontal tailpipe exhaust, 130 amp, Leece-Neville 12 volt, brush type pad mounted alternator, jump start single stud - remote mounted on battery box, two batteries - 625 CCA 1250total includes steel box and cover, fuel tank - steel (shallow) 65 gal (246 L) single, driver seat - captains chair 40% reclining mortar cloth with marta cloth insert, passenger seat - 2 passenger 70% bench folding mortar cloth with marta cloth insert, XL trim package, front license plate holder, dual stainless steel mirrors rectangular 7.5" x 16.5", twoauxiliary convex stainless steel mirrors, AM/FM stereo radio with clock, wheels 22.5x7.5. painted steel disc 10 hole, tires 10R22.5F 517, interior color gray, exterior color white. The contractor shall determine and adhere to all roadway use regulations for all roads between their facility and the delivery site. Delivery and Period of Performance: The contractor shall deliver the vehicle to Grand Canyon National Park, Warehouse Building at 1576 Shuttle Bus Rd, Grand Canyon, Arizona. Clauses and Provisions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the evaluation factors noted below; b) price proposal for contract lines noted above; c) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items; d) acknowledgement of any solicitation amendments. 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: 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 from all sources contacted 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." Prior Experience: "Prior Experience" is differentiated from "Past Performance" in that this is factual, documented, information about specific work the quoter has performed, which demonstrates the quoter's ability to accomplish the work. Standard of Acceptability: The quoter shall have successfully completed, as the prime contractor, 3 similar projects within the past 3 years. Project Management Plan: The project management plan shall layout the methods and procedures the quoter will utilize so as to successfully complete the project. Standard of Acceptability: Each plan shall adequately address each of the following topics in such as manner as to insure the project will be successfully completed: Quality control, Schedule control, Scope changes, Proposed Project team, Project location, Safety & Security. 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: 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, and 52.232-29.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8221090095/listing.html)
 
Place of Performance
Address: Vehicle to be delivered to Grand Canyon National Park, Grand Canyon, AZ (South Rim)<br />
Zip Code: 860230129<br />
 
Record
SN01911582-W 20090816/090815000657-5b0684336c187f5a2a5e98791e79ab34 (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.