Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2010 FBO #3046
SOLICITATION NOTICE

W -- Rental of two (2) Refuse Trailers, Yellowstone National Park.

Notice Date
3/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574102533
 
Response Due
4/9/2010
 
Archive Date
3/26/2011
 
Point of Contact
Andy H. Fox Constracting Officer 3073442149 andy_fox@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
Rental of Refuse TrailersYellowstone National Park3/26/2010 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #Q1574102533. 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 and supplemented with additional information. 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: 532120; Small business size standard: $25.5 Million. The proposed contract is provided as a Small Business Set-Aside. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The anticipated award date is on or about April 16, 2010. Address questions regarding this solicitation to Andy Fox at andy_fox@nps.gov or 307-344-2149. 2) SCOPE OF REQUIREMENT: Line Item #1: Rental period to cover from June 1, 2010 through September 30, 2010: Rental of two walking floor aluminum refuse trailers. The contractor shall be responsible for the transportation and delivery of this equipment to the Yellowstone National Park. Delivery of the equipment must be completed by May 28, 2010. Yellowstone National Park Refuse Collection needs to rent (2 each) tandem axle sealed V style or equivalent walking floor aluminum refuse trailers. The refuse trailers must have the following options:1.Minimum length of 45 feet; Maximum length of 48 feet2.Minimum width of 96 inches; Maximum width of 102 inches3.Maximum overall height of refuse trailer of 13 feet4.Minimum load capacity of 100 cubic yards; Maximum load capacity of 130 cubic yards5.Fifth wheel plate and king pin style hitch6.Trailer must have current DOT inspection certificate7.Trailer must have a complete tarp system to cover load electric /over manual crank8.Trailer must be capable of handling all types of refuse and construction debrisYellowstone National Park is responsible for all manufacture recommended maintenance. Damage resulting from misuse, accidents, etc. will be repaired at the expense of the National Park Service. The Contractor is reasonable for all repairs above and beyond regular maintenance, and the repairs must be done within 48 hours by the Contractor or by a DOT approved repair facility. All costs incurred with making repairs will be the responsibility of the Contractor. Offeror must provide product cut sheets in sufficient detail to show that the products meet the above characteristics/requirements with their offer. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far/index.html. Provision 52.208-4, Vehicle Lease Payments, applies to this acquisition. Provision 52.208-5, Condition of Leased Vehicles, applies to this acquisition. Provision 52.208-6, Marking of Leased Vehicles, applies to this acquisition. Provision 52.208-7, Tagging of Leased Vehicles, applies to this acquisition. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 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: 1. 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 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. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful Offeror shall complete and submit the provision to the Contracting Officer if they do not have an active listing in ORCA (Online Representations and Certifications).. 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: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3 Alt II, 52.225-13, and 52.232-33. 4) PROPOSAL: Solicitation: Q1574102533, Rental of two (2) walking floor aluminum refuse trailers. Due: 2:00 pm Mountain Time, Friday, April 9, 2010. Submit to: E-mail: andy_fox@nps.gov or Fax: 307-344-2079. DATE: _____________________________________________________________________________________; CONTRACTOR: ______________________________________________________________________________; ADDRESS: _________________________________________________________________________________; DUNS Number: ______________________________________________________________________________; Contact Name: ______________________________________________________________________________; Phone: _____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: _____________________________________________________________________________________; Base Proposal Line Item: Line Item #: 1, Rental period to cover June 1, 2010 through September 30, 2010: Rental of two (2) walking floor aluminum refuse trailers, Quantity: 4 months, Unit Price: $____________, Extended Price: $________________; TOTAL: $_______________________. General Notes1. Offerors shall submit a price for all line items; failure to do so may render the offer unacceptable.2. In case of error in extension of prices, unit price governs.3. In case of error in summation, the total of the corrected amounts govern.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574102533/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY.
Zip Code: 82190
 
Record
SN02104466-W 20100328/100326235549-cb1f69312d05710d728d367b5766504c (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.