Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2010 FBO #3275
SOLICITATION NOTICE

23 -- Lease Two Over the Snow Fully Enclosed Vehicles

Notice Date
11/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BICA - Bighorn Canyon National Recreation Area 20 Highway 14A East Lovell WY 82431
 
ZIP Code
82431
 
Solicitation Number
Q1574112176
 
Response Due
11/18/2010
 
Archive Date
11/10/2011
 
Point of Contact
Andrea Brew Contract Specialist 4065706408 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
This 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) Q1574112176. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-46 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 532490 or 441210 and the small business size standard is $7.0 or $30.0 million dollars respectively. QUOTES ARE DUE for this combined synopsis/solicitation on November 18, 2010 at 2:00 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Yellowstone National Park, PO Box 168 Yellowstone National Park, WY 82190, ATTN Andrea Brew. 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_brew@nps.gov. All questions regarding this solicitation should be emailed to andrea_brew@nps.gov. Yellowstone National Park is looking to lease 2 over the snow fully enclosed vehicles for the period of Dec. 1, 2010 thru March 30, 2011. The following is a description of the requirement: 1.0SCOPE OF WORK:Yellowstone National Park Fleet Maintenance has a requirement to lease two over the snow fully enclosed vehicles. The lease period is December 15, 2010 thru March 30, 2011 2.0BACKGROUND:Yellowstone National Park Fleet Maintenance operates approximately 150 miles of groomed trails over snow. Yellowstone National Park uses over the snow vehicles as mail carriers, ambulances, and people carriers during winter operations. 3.0DESCRIPTION:The National Park Service will award a commercial item contract to a provider of two each over the snow vehicles The vehicles must have the minimum options.Eight passengers plus a driver 1500 pound freight capacity Minimum ground speed of 30 MPH(ROPS) Roll over protection for cab and passenger areaSuspension type driver's seat (air or hydraulic) with seat beltEngine, transmission, oil pan heatersForced air propane furnace with thermostat, CO and propane detectorRear engine coolant based heater with a three speed fanComplete(HID) high intensity headlights (Taillights-interior lights and safety beacon)Back up alarmParking brakeOne vehicle must be equipped with an ambulance packageAutomatic transmissionFront and rear vehicle suspension All rubber drive tracks AM/FM -CD Radio with 4 speaker systemFront and Rear receiver style hitch for pulling trailersPower steeringAutomotive type windshield and windshield wiperDual pane side windows (reduce fogging)Roof escape safety hatch200 mile fuel tank capacityNew and or 1 year old vehicles are acceptable 4.0TASKS/OBJECTIVES:Awarded contractor must provide transportation of vehicles to and from Yellowstone National Park Mammoth Wyoming All non-maintenance service must be under warranty and performed at our location or a replacement machine supplied at no additional cost to the National Park Service. Over the snow vehicles will be leased from December 15,2010 thru March 30, 2011 5.0PERFORMANCE EVALUATION FACTORS:5.1Offerors are required to submit a proposals made of technical data regarding the vehicle and its capabilities, and price.5.2 Offerors submitting proposals for this project must limit submission data essential for the evaluation process so that a minimum amount of time will be expended in preparing and evaluating offers proposals.5.3 A source selection evaluation board will evaluate the proposals. Offerors are advised that the technical evaluation and rating of proposals will be reviewed and rated without knowledge of price. 6.1 THE FOUR PARTS OF THE EVALUATION PROCESS: 1. Proposal compliance review: This is an initial review to ensure that all required forms and certifications are complete and that both technical and price proposals were received.2. Technical /Quality evaluation: The source selection evaluation board will evaluate and rate those proposals passing the first review. Proposals will be evaluated against the request for proposal requirements and will be rated using and adjectival-based system.3. Price evaluation: The source selection evaluation board will not have access to price information until completion of the technical/quality evaluation.4. Cost/technical trade off analysis: The Source selection evaluation board will compare the advantages and disadvantages of technical proposals and compare price. The source selection authority will consider all factors to select the proposal offering Technical tradeoffs cost analysis. 6.2. PROPOSAL INFORMATION AND RELATED EVALUATION FACTORS: Proposals will be evaluated in accordance with the factors below, listed in descending order of importance. 1. Technical acceptable: Meeting the technical requirements of Yellowstone National Park spelled out within this contract.2. Delivery date: The ability to deliver the over the snow vehicles within the guide lines spelled out in this contract. Proposal must include the following on a cover sheet: Business Name: ____________________________DUNS:___________________Business Address: ____________________________________________________Business Phone: ____________________________FAX: _____________________Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ Offerors/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 - Evaluation factors include [a] Proposal compliance review: [b] Technical /Quality evaluation: [c] Price evaluation: [d] Cost/technical trade off analysis.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 Registration. Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574112176/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY 82190
Zip Code: 821900168
 
Record
SN02326101-W 20101112/101110234506-36d3388c4f1ffb4f7179f7c318ad304e (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.