SOLICITATION NOTICE
W -- Distributor Lease with Operator
- Notice Date
- 2/14/2012
- 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
- Q1574125010
- Response Due
- 3/16/2012
- Archive Date
- 2/13/2013
- Point of Contact
- Andrea Hannon Contract Specialist 3073442859 andrea_hannon@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
- 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) Q1574125010. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-55 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 423990 and the small business size standard is 100 employees. 2. REQUIREMENTYellowstone National Park will be requiring a rental distributor with experienced driver in 3 different locations this summer. The locations for use of the distributor will be East Entrance to 7 miles east, Canyon area and between Norris Jct. to the West Gate. Tentative Schedule:July 9 Fog Seal approximately 3.5 miles in Norris Jct. area. And 2000 Ln. Ft. around East Gate.July 10 to July 12Chip Seal, from top of Sylvan Pass to East Gate. Approximately 7.5 miles.July 16 to July 18Chip Seal in Canyon area, approximately 4.38 milesJuly 23 to July 25Chip Seal, 2.5 miles south of Norris Jct. to Madison Jct. approximately 10.38 miles.July 30 to August 1Chip Seal from 6.45 miles west of West Entrance to the West Entrance. The NPS reserves the right to award the following option line. The option line is subject to availability of funds and weather conditions. Option 1 August 6, 7 and 8 Chip Seal Mammoth to 8 miles east of Mammoth. Dates could compress more if traffic and brooming operations will allow.Bidders should include cost for mobilization to each Park unit, per diem for driver and daily rate for distributor. Specifications for Distributor for Spreading Chip Seal and Fog Oil:"4,000 gallon capacity."Computerized rate control system capable of +/-.01% per square yard."Tank must have heating capabilities."In cab controls for all spray bar functions."Full circulating spray bar, capable of 20 foot spray width."Capable of unloading tankers without assistance from other sources. 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; 52.217-5 Evaluation of Options. 52.217-8 Option to Extend Services.52.217-9 Option to Extend the Term of the Contract52.222-41 Service Contract Act of 1965 Rates can be found online at http://www.wdol.gov/sca.aspx#0 or by sending an email request to Andrea_Hannon@nps.gov52.222-42 Statement of Equivalent Rates for Federal Hires 52.232-1 Availability of Funds 52.219-6 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 Driving52.252-2 Clauses Incorporated by Reference52.223-10 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). 4. PROPOSALQUOTES ARE DUE for this combined synopsis/solicitation on March 16, 2012 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 0001: Mobilization to each Park unit$__________ LINE 0002: Per diem for driver and $__________ LINE 0003: Daily rate for distributor$__________ TOTAL for 13 days$__________ OPTION LINE: 3 additional days$__________ GRAND TOTAL WITH OPTION $__________ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ REFERENCES: Name:_________________Company: ______________Phone:_________________Email:_______________ Name:_________________Company: ______________Phone:_________________Email:_______________ Name:_________________Company: ______________Phone:_________________Email:_______________ END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574125010/listing.html)
- Place of Performance
- Address: Yellowsotne National Park, WY
- Zip Code: 821900168
- Zip Code: 821900168
- Record
- SN02675072-W 20120216/120214235755-d9c980d7ecd547a8610e4d5f322e5100 (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 |