Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2011 FBO #3466
SOLICITATION NOTICE

63 -- Two (2) Complete Portable Traffic Signals for Yellowstone National Park

Notice Date
5/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574110065
 
Response Due
5/24/2011
 
Archive Date
5/19/2012
 
Point of Contact
Stacy L. Vallie Contract Specialist 3073442076 stacy_vallie@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 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 vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574110065. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-51. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 334290 and the small business size standard is 750 employees. QUOTES ARE DUE for this combined synopsis/solicitation on May 24, 2011, at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to stacy_vallie@nps.gov. All quotes from small business will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please. Yellowstone National Park requires two (2) complete portable traffic signals, delivery, setup and training. Troubleshooting and technical support by phone, and repair and replacement during the warranty period is required. Deliver to and setup on the East Entrance Road, approximately 9 miles from the Fishing Bridge area in Yellowstone National Park. The following is a description of the requirements: -Two (2) portable traffic signals-Trailer-mounted-Tandem towing -Dual Head-Two sets of High Intensity 12 LED green, yellow and red lights, one over the lane, the other on the vertical post-Powered by 12 high capacity deep cycle batteries with 340 watts of solar panels for charging (25 days with no sun and up to 12 months with sunlight)-Wireless radio communication -Preprogrammed on-board computer suitable for various applications-Controller components are NEMA certified: Temperature range -40C to +50C with 90% humidity, resonance search vibration, endurance vibration and shock testing-Easy set up and take down-Minimum one-year warranty EVALUATION OF OFFERS: Award will be made to the responsible offeror whose proposal conforms to the solicitation requirements and provides the best value to the Government. The value of proposals shall be evaluated based upon price and the following no-price factors: 1) Delivery date: Offerors shall provide a schedule for delivery, set up and training. Delivery is considered to be more important than price Pricing: The Government shall analyze proposed prices to determine if they are fair and reasonable. The Government is prohibited from awarding a contract to an offeror unless their proposed prices are determined to be fair and reasonable. Offerors shall provide a list of product specifications. Solicitation #:Q1574110065Quotes due:May 24, 2011, by 4:30 PM Mountain Daylight time Submit to:stacy_vallie@nps.gov or fax to 307-344-2079 Date:______________________Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offeror Name: ________________________________________ *Quoted price should include delivery, set up and training at the East Entrance Road, approximately 9 miles from the Fishing Bridge area in Yellowstone National Park. Line Item 1: Two (2) complete portable traffic signals Unit Price: $_______________ Extended Price for two units: $_______________ TOTAL PRICE $_______________ (including delivery, setup and training) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-46. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 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) Delivery date: Offerors shall provide a schedule for delivery, set up and training. Delivery is considered to be more important than price. Clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 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: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.225-1, 52.232-33, 52.233-3, 52.233-4 Clause 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574110065/listing.html)
 
Place of Performance
Address: Yellowstone National Park, Wyoming
Zip Code: 821900168
 
Record
SN02452945-W 20110522/110520234341-790e73c5b1da1ff33b0b9b8495c29be5 (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.