SOLICITATION NOTICE
W -- Lease of Hot Asphalt Pneumatic Tire Compactor
- Notice Date
- 5/24/2011
- 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
- Q1574115020
- Response Due
- 6/6/2011
- Archive Date
- 5/23/2012
- Point of Contact
- Andrea Brew Contract Specialist 3073442859 Andrea_Brew@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
- 1.GENERAL INFORMATIONThis 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) Q1574115020. 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 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is open to all business sizes and is full and open competition. The North American Industry Classification System (NAICS) code is 237310 or 532412. 2. REQUIREMENTYellowstone National Park requires the rental of two 7 wheel hot asphalt pneumatic tire compactor. The equipment will be needed July 1-September 30, 2011. The following is a description of the requirements for this acquisition: Yellowstone National Park Special Projects Roads needs to lease two 7 wheel hot asphalt pneumatic tire compactors Caterpillar Model number PS-360 B or equivalent. The roller compactors must have the following options.1.Service brake and Emergency brake.2.Pressurized water spray system system, spray nozzle one per tire.3.Compaction width range minimum of 68 inches. No wider than 90 inches.4.Fuel type Diesel.5.Rated Gross engine horse power minimum of 105 hp. 6.Operating weight -Max wet with sand ballast. (34,000 minimum up to 56,000 pounds maximum)...Including rollover protection (ROPS).7.Water (spray) Tank capacity. Minimum of 90 gallons.8.Transmission type Hydrostatic.9.Back up alarm.10.Hour meter.11.Federal and State roll over protection with seat belt. Must meet DOT.12.Rotating beacon lights. Four way flashers and turn signals.13.Tire scrapers. 14.Work lights front and rear.15.Machines must be no older than five years and not have more than 1200 operating hours at the start of each year.16.All repair work must be completed within 48 hour of notification at no additional cost to Yellowstone national park. If the 48 hour time frame cannot be met a replacement roller must be provided at no additional cost to Yellowstone National Park.17.Yellowstone National Park will be responsible for lube oil and filter changes at manufacturers suggested intervals. 18.Price must include delivery and pick up FOB. Mammoth Hot Springs, WY. 82190. Damage resulting from misuse, accident, etc. will be repaired at the expense of the National Park Service. 3.CLAUSES AND PROVISIONSOfferors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. 52.212-2, EVALUATION-COMMERCIAL ITEMS - 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; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. 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. 4.PROPOSALQUOTES ARE DUE for this combined synopsis/solicitation on June 6, 2011 at 4:30 PM Mountain Daylight. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters 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 emailed to andrea_hannon@nps.gov. All questions regarding this solicitation must be submitted in writing via email to andrea_hannon@nps.gov. Line Item 1: 7 Wheel Hot asphalt Pneumatic Tire Compactor:$____/month $_______Line Item 2: 7 Wheel Hot asphalt Pneumatic Tire Compactor:$____/month $_______TOTAL$___________ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574115020/listing.html)
- Place of Performance
- Address: Yellowstone National Park, WY
- Zip Code: 821900168
- Zip Code: 821900168
- Record
- SN02455972-W 20110526/110524235044-81b79cf436847703ea29bdc19a65af33 (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 |