SOLICITATION NOTICE
24 -- Utiltiy Tractor
- Notice Date
- 5/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- P12PS14358
- Response Due
- 5/31/2012
- Archive Date
- 5/22/2013
- Point of Contact
- Robin D. Anderson Contract Specialist 3039692303 Robin_anderson@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
- Utility Tractor with Standard Loader National Park Service Solicitation #: P12PS14358 NAICS code: 333111 Denver Major Acquisitions Buying Office (MABO) Lakewood, Colorado 80228 05/22/2012 P12PS14358 (1) GENERAL INFORMATION This is a combined synopsis/solicitation for a commercial buy prepared in accordance with the format stated in the Federal Acquisition Regulations This requirement will be procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures. **** This project is being solicited as one complete project. All quoters shall provide a single complete quotation that encompasses both Contract Line item/s 0001, 0002, and response time information, a separate written solicitation will not be issued. **** (2) AWARD INFORMATION The National Park Service contemplates award of a firm fixed price contract. The award is anticipated to be made on the Best Value to the government. This request is for a brand name John Deere 5115m Utility Tractor with Standard Loader. (3) SMALL BUSINESS SET - ASIDE The proposed contract is 100% set-aside for Small Business concerns. All responsible Small businesses may submit a quotation which shall be considered by the National Park Service (NPS). A small business is defined as a small business whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industry Classification System (NAICS) code assigned to a contracting opportunity. (See # 6 below) Note: any quotations received from quoters that do not meet the size standard of a Small Business, as determined through the quoters provided ORCA data, will be considered non-responsive and will not be considered. Any offeror not providing the required ORCA data, will be considered non-responsive, and will not be considered. Reference section 12 below concerning ORCA registration and submission. (4) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2010-11. (5) Solicitation #: P12PS14358. This solicitation is issued as a Request for Quote. (6) NAICS code: 333111; Small business size standard: number of employees 500. (7) CONTRACT LINE ITEMS Contract line item 0001: Qty 1 John Deere 511M Utility Tractor Salient characteristics are: "Standard Loader "Power Reverse Transmission "Electrohydrolic Fender Control "Triple Rear valve lever control "Cold Weather package "Air Conditioning "Fully Enclosed Cab "Rear Wheel weights - 95 lbs Contract line item 0002: "Any and all charges applicable to a service call (8) Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far/ a) Contractor provided information that responds to the non-price evaluation factors noted in paragraph (9) below; b) Price proposal for contract line items 1 and 2, as noted in paragraph 7 above; (9) Provision 52.212-02, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of this provision is hereby replaced with the following: "Award will be made on the basis of a firm fixed price contract, to the offeror whose quotation is determined as the best value to the government. Evaluation criteria will be based on Price and *Repair Response Time. Price and Repair Response Time, are considered of equal importance." The Government shall consider all responsible sources received within ten days of this posting. Written responses to this synopsis shall contain sufficient documentation to establish a bonafide capability to fulfill the requirement. *RESPONSE TIME INFORMATION "Please provide your response time to the site location for service and /or repairs. The site location is Sand Creek Massacre National Historic Site, 910 Wansted, Eads, CO 81036 (Site - eight miles north of Chivington, Kiowa County, CO). Failure to provide this information will render your proposal none responsive, and will not be considered. (10) ORCA REGISTRATION Quoters shall be registered via "ORCA" at https://orca.bpn.gov/login.aspx or complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (11) CCR REGISTRATION All vendors wishing to be considered for this solicitation must be registered in the Central Contractor Registration (CCR) database prior to the approximate date of award (06/04/2012) Registration in the CCR database may be completed via www.ccr.gov, and takes approximately seven (7) days for completion. (12) DELIVERY SCHEDULE and CONTRACT PERIOD The awarded vendor will be expected to provide the requested item within 45 days of contract award, or as maybe coordinated sooner, or as otherwise arranged with the Contracting Officer. The Contracting Officer or a Contracting Officer's Representative shall coordinate with the awarded vendor for a date and time to deliver the requested item. Point of contact will be provided at the time of award. (13) LOCATION Sand Creek Massacre National Historic Site, 910 Wansted, Eads, CO 81036. (Site - eight miles north of Chivington, Kiowa County, CO) (14) PARK REQUIREMENTS - The contractor shall determine and adhere to road way use regulations for all roads between the point of origin and the delivery site, and responsible for any applicable permits. - The contractor shall adhere to all park requirements, rules, regulations and posted speed limits within all park boundaries. (15) SUBMITTALS The awarded contractor will be required to provide the following for review and approval prior to commencement of work: -Submittals for all items, are expected to be provided in the completion of this contract -Specification sheets for any and all products, to be provided in the completion of this contract. -Operator manuals for any and all products, to be provided in the completion of this contract. -Warranty -Manufacture Certificate of Origin (16) MEASUREMENT AND PAYMENT The measurement for payment shall be for the actual item quoted as a firm fixed price, for the items requested in section 7 above. Payment will be made at the contracted prices. Payment shall be made via Electronic Funds Transfer to the vendor's bank of record, as indicated in the vendor's current Central Contractor Registration. Payment may be made via Government credit card if pre-arranged with the Contracting Officer. A single payment, upon contract completion, is anticipated for this contract. Any partial payments must be pre-approved by the Contracting Officer. (17) QUOTE SUBMISSION Quoters shall e-mail their quotations to robin_anderson@nps.gov. or delivered to Robin Anderson, National Park Service, 12795 W. Alameda Parkway, Lakewood Colorado, 80228. All quote packages shall be marked "SAND Utility Tractor." Quotes shall be submitted to insure receipt by 3:00 pm local time, Lakewood, Colorado, Thursday, May 31, 2012 The anticipated award date is on or about Monday, June 4, 2012. (18) CONTACT INFORMATION For information regarding this solicitation contact: Robin Anderson, Contracting Officer, at robin_anderson@nps.gov or 303-969-2303. (All questions that pertain to this solicitation must be requested in writing via email within four (4) days prior to solicitation close date.) End.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS14358/listing.html)
- Place of Performance
- Address: Sand Creek Massacre National Historic Site, 910 Wansted, Eads, CO 81036. (Site - eight miles north of Chivington, Kiowa County, CO)
- Zip Code: 810360249
- Zip Code: 810360249
- Record
- SN02754681-W 20120524/120522235555-ba79846a1898c45bc2e16c68bada71ab (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 |