Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2011 FBO #3550
SOLICITATION NOTICE

23 -- Electric utility Vehicle

Notice Date
8/12/2011
 
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
Q1574113502
 
Response Due
8/22/2011
 
Archive Date
8/11/2012
 
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
Total Small Business
 
Description
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) Q1574113502. 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 and are available in full text through Internet access at http:// www.acquisition.gov/far/. 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 336999 or 441229 and the small business size standard is 750 employees and $7.0 million dollars respectively. REQUIREMENT Yellowstone National Park Ranger requires an Electric Utility vehicle. A Name Brand or Equal EZ-GO MPT800 or equivalent type electric vehicle. An equal product must meet the following minimum requirements:1.Vehicle Configuration: 4 wheel - -1operator 1 passenger utility truck2.Drive method: Full electric Zero Emissions Vehicle3.Sun canopy (Top) Tan and Brush guard Cage4.Body color forest green with tan seat color5.Full windshield and a center rear view mirrors6.State of battery charge meter7.Full lighting DOT required including turn signals, brake lights and headlights8.Front and Rear axle-Leaf spring s with mono- tube shocks.9.Rear differential guards10.Load bed with gas spring assisted lifts11.Load capacity of 800 pounds12.Rack and pinion front steering13.Hydraulic rear drum brakes14.Minimum speed requirements 14(MPH) miles per hour15.Front bumper and guard 16.Turf type tires 18x8.50 (4 ply) minimum17.10 foot charging cord (minimum)18.The electric utility vehicle must have the ability to be charged off a 110 volt electric system19.Offerors must have an established service facility for the electric Utility vehicle within a 200 mile radius of Mammoth Wyoming20.The Electric Urban Utility vehicle must be ready to use and meet all DOT requirements. Price must include delivery to Yellowstone National Park Mammoth Wyoming 82190 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, Award decision will be made according to lowest price technically acceptable. Evaluation factors include [a] price; [b] past performance supported by documentation and references [c] Service Facility [d] Delivery Date. 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. Service Facility: A service facility must be within 200 miles of Mammoth Hot Springs. Standard of Acceptability: The offeror must provide contact information of a service facility located within 200 miles of the North Entrance (Gardiner Montana). Delivery Date: Delivery is requested no later than October 15, 2011. Standard of Acceptability: Offerors able to deliver within the delivery requested time frame will receive a higher rating.Offerors are advised that the technical evaluation and rating of proposals will be reviewed and rated without knowledge of price. Proposals will be evaluated based on the factors described herein, and the basis of award is proposal compliance 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 Registration52.223-18 Contractor Policy Ban Text Messaging while Driving52.246-17 Responsibilities of Supplies52.252-2 Clauses Incorporated by Reference52.211-6 Brand Name or Equal 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). PROPOSAL INFORMATION AND RELATED EVALUATION FACTORS:Proposals will be evaluated in accordance with the factors below, listed in descending order of importance. All evaluation factors, other than cost or price, when combined are significantly more important than price. Offerors are reminded to include their best technical and price terms in their initial offer and not to automatically assume that they will have an opportunity to participate in discussion or be asked to submit a revised offer. The Government may make award of a conforming proposal without discussions, if deemed to be within the best interests of the Government. Past PerformanceService FacilityDelivery DatePrice Details of the evaluation factors are listed under the clauses and provisions section of this requirement. PROPOSAL SUBMISSIONQUOTES ARE DUE for this combined synopsis/solicitation on August 22, 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. INSTRUCTIONS FOR PROPOSAL CONTENT: Volume I shall address the specification SEQUENTIALLY and shall demonstrate your capability to perform all specifications (if responses are located in accompanying product literature, please cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Vendor to comply with sequentially addressing all specification or simply restating requirements or noncompliance with any of the RFQ instructions may result in your proposal being rejected and eliminated from further consideration. PROPOSAL PAGE LIMIT: The page limit for Volume I is 30 pages on an 8x11 sheet. Brochures and product literature are included in the page limit. Cover letter, Representations and Certifications (52.212-3) are not included in the page limit. The page limit for Volume II is 5 pages on an 8x11 sheet, with a font size of 10-12. PROPOSAL SUBMISSION: You must submit your proposals in two separate volumes. Volume I shall contain all non-price factors (Past Performance, Service Facilities, Delivery Date). Volume II shall contain Price information only. Submit both volumes to the attention of the Contract Specialist, Andrea Hannon. Please submit: (1) One original and one copy of Volume I. (2) One original and one copy of Volume II. If being submitted by email the correct number of copies will be printed. Volume II shall contain the following information: Line Item 0001:Name Brand or Equal EX GO MPT800$___________ Total line item price MUST include delivery to Mammoth Supply Center Building 34 Yellowstone National Park, WY 82190 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/Q1574113502/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02533158-W 20110814/110813000536-a0b492e7bedf4f79deb12f170bb049f3 (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.