MODIFICATION
W -- This is an amendment to a previously synopsized requirement, replacing Q9512090119 for the purpose of changing competition in the extended description to "Full and Open." Supply and deliver excavators to Olympic National Park, Washington.
- Notice Date
- 9/3/2009
- Notice Type
- Modification/Amendment
- Contracting Office
- PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
- ZIP Code
- 98362
- Solicitation Number
- Q9512090119
- Response Due
- 9/9/2009
- Archive Date
- 9/3/2010
- Point of Contact
- Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@nps.gov;
- 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 Subpart 12.6 and 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes 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 2005-36. The solicitation number is Q9512090119, and the solicitation is issued as a request for quotation (RFQ). THIS SOLICITATION IS FULL AND OPEN. The NAICS code is 532412 with an associated small business size standard of $7 million (average gross revenue over past three years). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.arnet.gov/far. This solicitation will result in award of one or more firm, fixed-price contract(s). The National Park Service, Olympic National Park, has a requirement to rent three excavators without operators for one month at the "Staircase" and "Graves Creek" project sites, with an option for a second month if needed. EXCAVATOR #1: Excavator size is 59,000 to 66,000 pounds, including a hydraulic thumb, and equipped with a hydraulic disconnect for changing bucket configurations. Attachments shall include at least a 2-1/2 yard smooth bottom ditching bucket, and a digging bucket with teeth. HAULING: The contactor shall deliver the excavator to the project site, and pick up the excavator from the project site at the end of the rental period. DELIVERY LOCATION: Delivery location is "Staircase," within a half-mile of the Olympic National Park boundary. This is a remote area of the park, without buildings or a physical address. The National Park Service has a sign posted on Highway 101 directing where to turn to go to Staircase. Take Highway 101 along the Hood Canal, and at the city of Hoodsport, WA, turn onto Highway 119 towards Staircase, approximately 17 to 20 miles from the turn-off. The delivery site is at a junction of a closed road and a bridge. DELIVERY SCHEDULE: The excavator shall be delivered either on Friday, September 11, 2009 or the morning of Monday, September 14, 2009. The contractor shall include with quote any difference in price if delivery is made on Friday vs. Monday, and which day the contractor would most likely be able to make the delivery. The contractor must be able to make delivery on Friday the 11th or Monday the 14th, one or the other, because Olympic National Park already scheduled a work crew at the site to start Monday morning, the 14th. SITE VISIT: If needed, contractors can make an informal site visit. An Olympic National Park employee will be within the Staircase vicinity Thursday, September 3rd and Tuesday, September 8th. EXCAVATOR #2: Excavator size is 44,000 to 50,000 pounds, including a hydraulic thumb, and equipped with a hydraulic quick disconnect for changing bucket configurations. Attachments shall include at least a 1-3/4 yard smooth bottom ditching bucket, and a digging bucket with teeth. HAULING: The contactor shall deliver the excavator to the project site. The excavator will be utilized at the Staircase project site and then re-located by Olympic National Park to another project site at Lake Crescent. Olympic National Park will be responsible for hauling and returning the excavator to the contractor at the end of the rental period. Delivery location, delivery schedule, and site visit for this excavator is the same as described above for Excavator #1. EXCAVATOR #3: Excavator size is 45,000 to 55,000 pounds. The equipment will be utilized to construct bridge sites and place bridge components. The lift capacity shall be no less than 10 feet above ground when reaching 20 feet over the side or front of the machine. The bridge abutment blocks weigh approximately 13,000 pounds. The equipment will be used to off-load the blocks at the bridge sites and place the blocks on the abutment pads. HAULING: The contactor shall deliver the excavator to the project site, and pick up the excavator from the project site at the end of the rental period. DELIVERY LOCATION: Delivery location is "Graves Creek," in the Quinault District of Olympic National Park, Grays Harbor County. The nearest town is Amanda Park, Washington. Take Highway 101 to South Shore Road. The South Shore Road junctions with the Graves Creek Road. The delivery site will be on the Graves Creek Road. DELIVERY SCHEDULE: The delivery date is entirely dependent upon the completion of a separate contract for reconstruction of a portion of the Graves Creek Road. The contractor will be given seven days notice prior to delivery. Contractor shall prepare quotation as if delivery were going to be made the last week of September or the first or second week of October 2009. If the contractor feels a seven day lead time is inadequate, an alternate lead time will be considered. Contractor shall state the alternate lead time on the quote. The point of contact information to schedule delivery will be provided at time of award. PRICE SCHEDULE: Quotations shall include equipment rental prices per day, per week, and per month for each size excavator, and in addition, include a separate price for delivery to and/or from the project site. The contractor shall only quote a one-way delivery to the project site for Excavator #2. The Government anticipates renting each excavator no more than one month. OPTION ITEM: The Government may need to extend the rental period from one month to two. The additional month shall be considered an option item. In accordance with the clause at 52.217-7, referenced below in the clauses and provisions, the Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). CLAUSES & PROVISIONS: 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. The Government will award one or more contracts resulting from this solicitation to the responsible offeror (or offerors) whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest price technically acceptable. Award is contingent upon one or more offerors capable of meeting the Government's requirements, e.g., supplying and delivering all three excavators; in a combination that results in the lowest aggregate price to the Government. The Government may elect not to award all three units if it feels any quotation does not represent a fair and reasonable price. The government reserves the right to make award without discussions. Quoters must be registered in the Central Contractor Registration (CCR) database in order to be considered eligible for award. The CCR website is http://www.ccr.gov. Quoters must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer, or be electronically registered at the Online Representations and Certifications Application (ORCA) website. The ORCA website address is http://orca.bpn.gov. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.arnet.gov/far or http://www.ios.doi.gov/pam/aindex.html. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, apply 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: 52.222-03 Convict Labor; 52.222-19 Child labor-Cooperation with Authorities and Remedies; 52.225-01 Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. The clause 52.217-7, Option for Increased Quantity - Separately Priced Line Item, as follows (in full text): The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within the term of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree (End of clause). Quotations must be received no later than Wednesday, September 9, 2009, 3:00 p.m., Pacific Daylight Time. Award will be announced September 9th. Quotations may be submitted by fax or email to the point of contact below. Submit quotations to the attention of the Contracting Officer at Olympic National Park, 600 East Park Avenue, Port Angeles, WA 98362. The point of contact for this solicitation is: Phaedra Fuller, Contract Specialist, Olympic National Park, telephone: 360-565-3009, email: Phaedra_Fuller@nps.gov, fax: 360-565-3018. The government reserves the right to cancel this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9512090119/listing.html)
- Place of Performance
- Address: Delivery to two remote project sites at "Staircase" in Mason County, and "Graves Creek" in the Quinault District, Grays Harbor County. Both project sites located within Olympic National Park. Nearest towns are Hoodsport, WA and Amanda Park, WA.
- Zip Code: 98362
- Zip Code: 98362
- Record
- SN01938989-W 20090905/090904000210-be123660c9c27fee0263b316d8e21933 (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 |