SOLICITATION NOTICE
45 -- Pressure Washers and Trailer
- Notice Date
- 3/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mt. Rd. Keystone SD 57751
- ZIP Code
- 57751
- Solicitation Number
- Q15001103A8
- Response Due
- 3/18/2011
- Archive Date
- 3/2/2012
- Point of Contact
- Ronald J. Kesterson Contract Specialist 6055743183 ron_kesterson@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
- This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13, Simplified Acquisition Methods, and FAR Part 12, Acquisition of Commercial Items (Title VII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The National Park Service is issuing this solicitation as Request for Quotation (RFQ) Q15601103A4. This solicitation is issued as a 100% small business set aside. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. The associated North American Industry Classification system code is 333912 and the small business size standard is 500 employees. Requirements: Two (2) New Pressure Washing Machines that will be mounted side-by-side on One (1) New Trailer and shipped FOB Destination, to Mount Rushmore National Memorial, Keystone, SD, 57751. The equipment will be used in and around the Mount Rushmore developed area with park visitors present and with sometimes narrow and restricted turning areas. Each washer will be configured independent of the other where one or both machines may be operated by individual users, and each machine will utilize one output cleaning device for cleaning surfaces. Adequate water supply/access will be located nearby by connection to a fire hydrant system providing a flow rate of approximately 100GPM/48PSI. Each machine requires one (1) water supply reel utilizing 100 feet of inch inlet hose, one (1) water supply reel that will hold two (2) 100 foot quick-coupled high pressure wash hoses rated at minimum 4500PSI, connecting hoses, fittings, pressure adjustable wash guns, and nozzle sets. All connections and nozzles shall be quick coupled, and all fittings shall utilize U.S. pipe sizes rated at minimum 5000PSI. To support Department of Interior "Green" procurement initiatives, suppliers should provide reference to the use of environmentally friendly or recycled supplies or energy efficient in equipment operation as practical. Equipment: Market research provides evidence that several manufactures offer commercial grade pressure washer equipment and can support distribution of equipment configured on trailers as per the specification supporting this requirement. The Government expects suppliers to modify equipment specifications and configurations to support this specific requirement, and each supplier shall provide details and certification of what specifications they meet or exceed when submitting final offers. All pressure washer and trailer manufacturers' literature, illustrations, specifications, mounting drawings, and warranties shall be provided with each offer. Item 0001: Pressure Washing Equipment Characteristics Features: 1) Each pressure washer -- Minimum 3000 PSI and 6.0 GPM;2) Generator -- Minimum 2000W with GFI protected 115V AC, circuit breaker protected;3) Float tank - Minimum 4 Gallon integral float tank, three way selector valve and quick anti-freeze system;4) BTU Rating - Minimum 500,000 BTU;5) Pressure atomized burner with adjustable temperature with electric start system;6) Gasoline Engine - Minimum 20 HP, 12V DC Electric Start, Fuel efficient;7) Low RPM engine speed for extremely quiet operation with low oil engine protection, high limit temperature shutoff and low-water shutoff protection, pressure relief valve, and extended oil drain;8) Stainless exterior, nozzles, components, and combustion chamber for durability;9) Powder coated frame;10) Panel mounted gauges and controls to include hour meter and electric start controls;11) Premium General Pump, belt driven;12) Fuel-water separating filter;13) High pressure detergent injection compatible with spinning surface cleaner soap application.14) Standard 48" pressure adjustable gun-wand assembly with tips and trigger gun control calibrated detergent mixing valve to support use of high pressure soap operation;15) Poly Fuel Tanks;16) Steam capability/output for spot cleaning. Item 0002: Trailer Equipment Characteristics/Features: 1) Trailer will hold the two pressure washer machines mounted side-by-side (machines described above). Trailer dimensions will be approximately 6 foot, 6 inch x 10 foot in length with support for mounting to a 2 inch ball hitch. Trailer must be of aluminum construction to include an extruded aluminum channel floor for durability. Trailer should have rubber torsion suspension and utilize automotive-type tires to support trailer and equipment weight, minimum 13 inch diameter in size. Machines and assemblies will be mounted to trailer in a configuration that will support removal of equipment and accessories if required;2) Supplier will provide sketch/drawing showing washers, reel, and accessories mounting locations when submitting quotes. Hose reels should be located at the rear of the trailer. PRICE SCHEDULE - Supply of Pressure Washers and Trailer with Mounting of Equipment. Offeror shall submit a price for all line items, delivered. Failure to do so may render the offer unacceptable. The following format should be used for submitting quotes. Item /Description / Quantity / Issue / Unit Price / Total Cost 0001 / Pressure Washer and Accessories / 2 / Each / $__________ / $__________ 0002 / Aluminum Trailer and Mounting of Equipment / 1 / Each / $__________ / $__________ Total Items 0001 and 0002 / $___________ AWARD DECISION: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the best value to the government. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors - Commercial Items, and 52.212-3 Offeror Representations and Certifications - Commercial Items are incorporated by reference. The following FAR clauses are applicable: 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation, 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, 52.222.36 Affirmative Action for Workers with Disabilities, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.225-1 Buy American Act - Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. For full-text version of these provisions, please use the following Internet link: http://farsite.hill.af.mil/vffar1.htm. PROPOSAL SUBMISSION INSTRUCTIONS: All vendors intending to conduct business with the Federal Government must be registered and current in the Central Contractor Registration (CCR) database (https://www.bpn.gov/ccr/default.aspx) and the Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov/) prior to award. All responsible offerors may submit a quotation, which shall be considered by the Agency. Offers shall be submitted to the National Park Service, Midwest Region - NEKOTA MABO, no later than 1:00 pm MT on Friday, March 18, 2011. Offers will be accepted by e-mail to: ron_kesterson@nps.gov or by fax at 605-574-9077. Include the following with each quote: Date, Contractor address, DUNS number, Contact name and Telephone/fax numbers, email addresses. Offers shall stipulate that quotes are valid for 30 days. The government reserves the right to change or cancel this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q15001103A8/listing.html)
- Place of Performance
- Address: Mount Rushmore National MemorialPennington CountyKeystone, South Dakota
- Zip Code: 57751
- Zip Code: 57751
- Record
- SN02392624-W 20110305/110303234611-7f2b7c1e29038abd37748cdf29112da7 (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 |