Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

95 -- 20 Cubic Yard Roll-Off Containers for Yellowstone National Park

Notice Date
7/19/2011
 
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
Q1574115027
 
Response Due
8/9/2011
 
Archive Date
7/18/2012
 
Point of Contact
Stacy L. Vallie Contracting Officer 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) Q1574115027. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-53. 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 332313 and the small business size standard is 500 employees. QUOTES ARE DUE for this combined synopsis/solicitation on August 9, 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. Offerers 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. The following is a description of the requirements: Yellowstone National Park requires four (4) roll-off containers with an option to purchase two (2) additional roll-offs, if funding becomes available. The NPS reserves the right to purchase the optional roll-offs at the time of award or at any time on or before September 22, 2011. Following are the specifications: 1) 20 cubic yard capacity, rectangle-shaped containers 2) 22long rectangle with A-frame 3) steel bottom (minimum) 4) 12 gauge walls (minimum) 5) 18 centers 6) 2 x 6 x 3/16 Long Sills 7) All dumpsters shall come equipped with a lifting system that will accommodate a Steller Hydraulic lifting system, using no cables or chains. 8) Standard duty boxes with (minimum) rectangular in shape (not tapered, not bathtub style). 9) Each dumpster shall have a rear opening door(s) that swing out, hinged off one side or hinged off both sides if more than one door.10) Each dumpster shall come equipped with a 12 dome-shaped mesh top attached that can be field converted to be opened and closed from either side with a hydraulic opening system, included.11) Each dumpster shall come with its own vinyl tarp attached to the mesh top, preventing rain and snow from filling the dumpster. Vinyl tarp shall be 18 oz. minimum vinyl or heavier. Tarp color shall be dark brown. Dumpsters shall come with the vinyl tarp already attached to the mesh top.12) Each dumpster shall be painted Brown prior to delivery. Color: Stratford Brown, Industrial Enamel, asm anufactured by Sherwin-Williams or Glidden Paint Co. Quoted price shall include delivery to Mammoth Hot Springs, Yellowstone National Park, Wyoming 82190. Evaluation Factors:The Government will award a contract resulting from this solicitation to the responsible offerer whose offer, conforming to the solicitation requirements, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price and 2) Past Performance supported by documentation and references. Past performance shall be equal to price in importance. To be considered for award, Offerers shall provide the business name, point of contact, phone number and email address for at least three (3) businesses and/or State, Local or Government agencies with whom you have conducted similar business. These references shall be used to evaluate past performance. Solicitation #: Q1574115027Quotes due: August 9, 2011, by 4:30 PM Mountain Daylight timeSubmit to: Stacy_Vallie@nps.gov or fax to 307-344-2079 Date:______________________ Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:_______________________________________________ Business Phone: ______________________________________ FAX: ________________________________________________ Email Address:_________________________________________ Offerer Name: _________________________________________ *Quoted price shall include delivery to the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park, Wyoming 82190. Delivery is required 90 days after award. Line Item 1: Four (4) roll-off, 20 cubic yard capacity, rectangle-shaped containers per the specifications outlined in this solicitation. Unit Price: $_______________ Extended Price for 6: $_______________Delivered Line Item 2: Option 1: One (1) roll-off, 20 cubic yard capacity, rectangle-shaped container per the specifications outlined in this solicitation. Unit Price: $_______________ Extended Price: $_______________Delivered Line Item 3: Option 2: One (1) roll-off, 20 cubic yard capacity, rectangle-shaped container per the specifications outlined in this solicitation. Unit Price: $_______________ Extended Price: $_______________Delivered This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-53. 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: 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 quoters past performance, and / or references obtained from any other source. 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: 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-3, 52.225-13, 52.232-33, 52.233-3, 52.233-4 Clause 52.217-7, Option for Increased QuantitySeparately Priced Line Item, applies to this acquisition. The Government may require the delivery of the numbered line items, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor prior to September 22, 2011. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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/Q1574115027/listing.html)
 
Place of Performance
Address: Yellowstone National Park, Wyoming
Zip Code: 821900168
 
Record
SN02503164-W 20110721/110720001038-23b193d64e9d2f508745241c7a5b5409 (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.