SOLICITATION NOTICE
W -- Dump Truck Rental
- Notice Date
- 6/1/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
- ZIP Code
- 80225-0287
- Solicitation Number
- P16PS01434
- Archive Date
- 7/2/2016
- Point of Contact
- Jack Northcutt, Phone: (541) 883-6884
- E-Mail Address
-
jack_northcutt@nps.gov
(jack_northcutt@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation No. P16PS01434 Dump Truck Rental Crater Lake National Park Klamath County, Oregon This is a combined synopsis/solicitation for the rental of two 10 to 12 CY Dump Trucks, commercial items, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-88 of May 16, 2016. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is P16PS01434 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 532120 and the size standard is $38.5 million in average annual receipts. DESCRIPTION: DUMP TRUCKS, QUANTITY TWO, 10-12 CUBIC YARD CAPACITY, MINIMUM 58,000 LB. GROSS VEHICLE WEIGHT RATING (GVWR), ENGINE EXHAUST BRAKE, AIR CONDITIONING, NO ASPHALT TARPS. Repairs or replacements must be made within 24 hours of notification. Delivery to Crater Lake National Park and transport at the end of the rental period is required. DELIVERY: By July 5, 2016, preferred; Crater Lake National Park Headquarters, Crater Lake, Oregon. Park headquarters are located approximately three miles north of State Highway 62 on Munson Valley Road. The GPS Coordinates are: 42.895915, -122.136261. Deliveries will be between the hours of 7:00 a.m. and 5:00 p.m. Monday - Thursday except Federal holidays. PERIOD OF PERFORMANCE: July 5, 2016 - November 2, 2016, estimated. October snow storms may force road closures. PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury. TERMS AND CONDITIONS: The following FAR provisions and clauses apply: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-20 - Predecessor of Offeror; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside Orders; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.222-25, Affirmative Action Compliance; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Feb 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. INSTRUCTIONS TO OFFERORS: Quotations are due by Friday, June 17, 2016, 4:30 PM, PDT to the attention of: Jack Northcutt, Contracting Officer, Crater Lake National Park. Quotations must include the following information: Company name Company DUNS # Contact name, phone number and e-mail Daily, Weekly and Monthly rates Delivery charges Any additional fees, such as mileage Availability of repairs or replacement if required during rental period Quotations may be hand delivered, e-mailed or sent via mail through regularly scheduled delivery services for delivery to the attention of Jack Northcutt, NPS, Klamath Ranger District, 2819 Dahlia St. Ste A, Klamath Falls, OR 97601 on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact Contract Specialist for confirmation). Quotes may be sent to e-mail address: jack_northcutt@nps.gov. Any quotation received after 4:30 pm Pacific Daylight Time will be considered late and will not be further considered. Do not contact or send quotations to the Default Contracting Office Address in Denver, Colorado. OFFER EVALUATION/OPTION(S): The Government will award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: 1. Lowest Price 2. Technical Acceptability including availability of support THE POINT OF CONTACT FOR THIS QUOTATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; e-mail: jack_northcutt@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01434/listing.html)
- Place of Performance
- Address: Crater Lake National Park, Crater Lake, Oregon, 97604, United States
- Zip Code: 97604
- Zip Code: 97604
- Record
- SN04135082-W 20160603/160601235153-044d75fb1e267067bae6e450f9ef3544 (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 |