SOLICITATION NOTICE
38 -- P17PS01640 REDW-New vacuum tank, hook lift skid mounted with 2400 gallon fresh water compartment. - P17PS01640
- Notice Date
- 6/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- 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
- P17PS01640
- Archive Date
- 7/1/2018
- Point of Contact
- Valerie Giddings, Phone: (707) 465-7316
- E-Mail Address
-
lyn_giddings@nps.gov
(lyn_giddings@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- P17PS01640 This is a combined synopsis/solicitation for a manufactured vacuum tank, hook lift skid mounted with 2400 gallon fresh water tank for use on a Palfinger HAD-300-61-168 hook lift for Redwood National & State Park, Crescent City CA, 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 2005-95 of January 19, 2017. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is P17PS01640 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved for Small Business Concerns. The North American Standard Industrial Classifications System Code is 332420 - Metal Tank (heavy gauge) Manufacturing. DESCRIPTION: Provide new vacuum tank, hook lift skid mounted with fresh water compartment for use on a Palfinger HAD-300-61-168 hook lift. Package must be equipped as follows and conform to applicable Federal standards. Shop drawings shall be submitted for government approval prior to manufacture. Government shall reserve the right to inspection before shipment. DELIVERY: Delivery to be included to Redwood National Park, 500 Aubell Lane Crescent City, CA 95531. Require 48-72 hour prior delivery notification to Shaun Bessinger 707-465-7361. NO FRIDAY DELIVERY. PERIOD OF PERFORMANCE: Delivery by Oct. 30, 2017. 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; 52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards; 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; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractions Debarred, Suspended or Proposed for Debarment; 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: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-25, Affirmative Action Compliance; 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; 52.225-1, Buy American - Supplies; 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act, Alt. III; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management); 52.217-5, Evaluation of Options; 52.217-7, Option for Increased Quantity- Separately Price Line Item; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.242-15, Stop-Work Order; 52.242-17, Government Delay of Work; Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. 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. 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. As prescribed in 9.104-7 (d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Go vernment; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. 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, July 7, 2017, 4:00 PM, PST to the attention of: V. Lyn Giddings, Purchasing Agent, National Park Service. Quotations must include the following information: 1. Company name, DUNS number, Contact name, phone number and e-mail 2. Pricing and availability 3. Descriptive literature such as manufacturer's cut sheets, sufficiently detailed to clearly demonstrate that the offered items conform to the requirements of the solicitation. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as Design; Components; Performance characteristics; and Methods of manufacture, assembly, construction, or operation. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid. Quotations may be hand delivered, e-mailed or sent via mail through regularly scheduled delivery services for delivery to the attention of V. Lyn Giddings, 1111 Second Street, Crescent City, CA 95531 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 Purchasing Agent for confirmation). Quotes may be sent to e-mail address: lyn_giddings@nps.gov. Any quotation received after 4:00 pm Pacific Daylight Time will be considered late and will not be further considered. The point of contact for this solicitation is Lyn Giddings, Purchasing Agent, Redwood National & State Park, telephone: 707-465-7316; e-mail: lyn_giddings@nps.gov OFFER EVALUATION(S): Evaluation -- Commercial Items (Oct 2014) (a) The Government intends to award a firm fixed priced order resulting from this solicitation to then responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price of the item offered to meet the Government requirement; including availability of delivery schedule (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. QUOTE SHEET (Should include the following): Company Name DUNS Number Contact Name Phone Number Email PRICING: 00010 Provide new vacuum tank, hook lift skid mounted with fresh water compartment. Package must conform to applicable Federal Standards. SPECIFICATIONS: Tank: •· Provide 2400 Gallons round, straight barrel tank, with slope to rear. The barrel shall be made from ¼ inch minimum carbon steel material. •· Vacuum compartment shall provide 2000 gallon capacity. Tank heads, two (2) each, ¼ inch minimum carbon steel, shall be welded inside and outside. Carbon steel baffles, minimum 1/4" shall be provided. •· Water compartment shall provide minimum of 400 gallons capacity. Tank heads: One (1) each, 10 gauge minimum carbon steel. •· Water and vacuum tank compartment interiors shall be sand blasted and epoxy coated. •· Tank exteriors to be sand blasted, primered and painted with 2 coats white Urethane paint. Skid: •· Tank package shall be skid mounted for use on a Palfinger® HAD-300-61-168 hook lift. Skid shall not exceed 17 foot length. •· Provide ground rollers at rear of skid. •· Jib height on skid shall be industry standard 61 ¾ inch. •· Provide Palfinger compatible slide through container locks and front container stops on skid. Measurements provided on request. •· Skid and tank shall be sand blasted, primered and painted with 2 coats white Urethane paint. Plumbing/ Manholes / Venting Fresh water tank: Provide minimum 2 inch drain on tank bottom with corrosion resistant ball type shut off valve. Provide level gauge, minimum ¾ inch clear hose sight tube. Provide tank vent Provide 3 inch inlet on top of tank with male camlock and cap. Provide minimum 1 inch outlet valve at bottom of tank head for fresh water pump connection. Plumb connection to edge of skid, curb side, with corrosion resistant ball type shut off within easy reach of operator. Provide 12 volt pressure wash down system, cabinet mounted curb side, minimum 20 GPM with hose reel and hose minimum 50 foot x 1 inch. Vacuum tank: Provide manway: One (1) each, minimum 25 inch full opening with Wing Nut Closure, carbon steel with Buna-N gasket hinged to front. Provide low profile primary 3 inch shutoff with stainless steel ball float hosed to secondary shutoff with 3" hose. Provide 3 inch combo pressure and vacuum gauge Provide hydraulic driven air cooled vacuum pump system, located at the front of the tank roadside; complete with an oil reservoir, pump filter, moisture/oil trap, and vacuum and pressure relief valves and oil catch muffler. Minimum 350 CFM @ 15 inches. Hydraulic lines shall be plumbed to front of skid, road side and shall be equipped with ¾ inch pioneer quick disconnects. Provide 25 inch rear cleanout/manway, full opening with wing nut closure, with Buna-N gasket hinged on road side of unit with 4 inch discharge, locking valve and camlock fitting and cap. Provide 3 inch intake standpipe out of bottom rear of tank with 3 inch locking valve, camlock and cap and chain. Provide hose hooks on rear tank head. Provide a minimum of three, 5 inch sight glasses. Provide calculation of tank volume at each sight glass. Fenders / Hose trays / Misc / Shipping Provide hose trays each side. Hose tray shall be lined with high performance polyurethane-urea elastomer spray lining. Manuals shall be provided with parts list and component literature. Provide ladder, (1) each carbon steel ladder at manhole; located roadside. Provide lighting and reflectors per applicable D.O.T. specifications. Provide lighting pigtail at road side front of tank. Provide cabinet. One (1) each carbon steel, double door approximately 48"W x 24"H x 24"D with locking stainless latch located on curbside front of skid. OPERATOR TRAINING GUIDE: One (1) each training guide booklet, outlined specifically for equipment purchased. Booklet shall contain detailed operating instructions of all functions. Shop drawings shall be submitted for government approval prior to manufacture. Government shall reserve the right to inspection before shipment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01640/listing.html)
- Place of Performance
- Address: Redwood National & State Park, 500 Aubell Lane, NO FRIDAY DELIVERY, Crescent City, California, 95531, United States
- Zip Code: 95531
- Zip Code: 95531
- Record
- SN04554554-W 20170624/170622235222-97978d75d102303eb9386ecc5752cae4 (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 |