SOLICITATION NOTICE
38 -- RECOVERY - Automated Flagging System with Trailer
- Notice Date
- 10/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - BIBE - Big Bend National Park P.O. Box 129 Big Bend NP TX 79834
- ZIP Code
- 79834
- Solicitation Number
- Q7130090076
- Response Due
- 10/30/2009
- Archive Date
- 10/19/2010
- Point of Contact
- Linda Wheiles Purchasing Agent 4324771129 Linda_Wheiles@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
- Total Small Business
- Description
- RECOVERY This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as Request for Quotation (RFP) No.Q7130090076. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-30. FAR clauses and provisions are available through Internet access at www.acqnet.gov/far. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 332322. The small business size standard is 100 employees. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the supply and delivery of one (1) automated flagger signal system with trailer that meet the following specifications:Flagger system should be wireless include at least 2 flagging devices, 1 transceiver and 2 Charger/Maintainers. System should not be trailer mounted, Units must be equivalent or equal to the Intellistrobe WA-1G system with trailer. Flagger SystemUnits must be equipped with a 7 foot long by 3 inch width gate are, units must operate by wireless remote control, each station shall have a foot print of no more than 42 inches by 48 inches when set up for operation, units must be equipped with red light that is activated when gate is in down position and with a yellow light that is activated when gate is in up position, units must have conflict monitor to prevent same signal light on both units at the same time, 2000 foot operating range, minimum 130 decibel lane intrusion siren, unit must be enclosed in aluminum case, units must be equipped with telescopic legs for stability. TrailerTrailer must be designed to carry 2AFAD devices, trailer weight may be no more that 520 lbs empty, dropped axle, 175-80-13 inch tires minimum, drop down gate for loading, ABS or equivalent toolbox on tongue of trailer, 2 inch x 3 inch x 3/16 inch minimum tubular frame, deck shall be 4 feet wide by 6 feet long. Successful bidder shall submit engineering system layout and shop drawings for approval and shall provide three 8-hour days of on-site start-up and maintenance training. Startup and training shall be conducted by a manufacturer certified representative. WarrantyEach unit shall carry a manufacturer's warranty of at least 12 months. The seller shall warrant to the purchaser that all parts, labor and equipment, excluding wear parts, are warranted to be free from defects for one year from date of shipment. Under such warranty, the seller shall replace or repair any defective parts manufactured by the seller that are returned to the seller at the seller's address within the warranty period. Transportation charges, duties, and the cost of removal or installment shall be borne by the purchaser. Deliver by November 30, 2009 to Big Bend National Park, Hwy 385 South, Panther Junction Maintenance Yard, Big Bend National Park, Tx 79834 FAR 52.212-2, Evaluation-Commercial Items is applicable.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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: 1. Price2. Past Performance - durability of product (performs over 3+ year period reliably) 3. Past Performance - timeliness in delivery4. Past Performance - technical support Whereas past performance is approximately equal to cost and price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors wishing to respond to this RFP should provide the office with the following: 1. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. Supply and deliver Automated Flagger Signal System according to above specifications:Qty. 1 each @ unit price $_____ = Total price $__________ Supply and deliver Trailer for Automated Flagger Signal System according to above specifications:Qty. 1 each @ unit price $_____ = Total price $__________ Start up and delivery of Trailer for Automated Flagger Signal System according to above specifications:Qty. 1 each @ unit price $_____ = Total price $__________ 2. Offeror must furnish a history of past performance with a minimum of 5 references listed with contact information including name, address, and phone number. Offerors who do not provide past performance information will be considered non-responsive. 3. Offeror must furnish specifications and photographs of the flagger system they are proposing. 4. Offeror must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website http://www.acqnet.gov/far 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements. 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009. 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-16 Variation in Quantity52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity 52.225-1 Buy American Act - Supplies; 52.232-1 Payments52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.232-2 Service of Protest52.232-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.244-6 Subcontracts for Commercial Items52.246-2 Inspection of Supplies - Fixed Price52.246-4 Inspection of Services - Fixed Price52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be either faxed to Linda Wheiles at 432 477-2345 or emailed to Linda_wheiles@nps.gov. Offers are due 4 p.m. CDT, Oct 30, 2009, and can be sent to National Park Service, Big Bend National Park, P.O. Box 129, Big Bend National Park, TX 79834 Offers may be mailed or faxed to 432/477-2345. Call for confirmation of receipt of fax on 432/477-1122. All responsible sources may submit an offer which will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q7130090076/listing.html)
- Place of Performance
- Address: Big Bend National Park, Texas located 108 Miles South of Alpine, Texas
- Zip Code: 79834
- Zip Code: 79834
- Record
- SN01987433-W 20091021/091019234250-8f6553558bc30f724a5ab987efcd29c6 (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 |