Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
SOLICITATION NOTICE

25 -- After Market Ring and Pinion Gears

Notice Date
6/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BICA - Bighorn Canyon National Recreation Area PO BOX 7458 ( 5 Avenue B ) Fort Smith MT 59035
 
ZIP Code
59035
 
Solicitation Number
P11PS11858
 
Response Due
7/5/2011
 
Archive Date
6/7/2012
 
Point of Contact
Jay G. Tobin Contract Specialist 4066663321 Jay_Tobin@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
GENERAL INFORMATION 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. It is being issued as Request for Quotation (RFQ) P11PS11858. The National Park Service, Yellowstone National Park, has a requirement to procure three sets of replacement (after market) ring and pinion gears for an American Snow Blast Rotary Snow Blower as detailed below. This acquisition is a 100% small business set-aside. The National Park Service encourages the participation of disadvantaged, veteran and women owned business enterprises. The North American Industry Classification System (NAICS) code for this project is 333612 with a size standard of 500 employees. All responsible small business concerns may submit a quotation which will be considered by the National Park Service. QUOTES ARE DUE for this combined synopsis/solicitation on July 5, 2011 at 4:30 PM Mountain Time, and shall be delivered by the specified time to the National Park Service, Bighorn Canyon National Recreation Area, 5 Avenue B (P.O. Box 7458), Ft. Smith, MT 59035, ATTN: Contracting Officer. Quotes may be faxed to 406-666-2415 or emailed to Jay_Tobin@nps.gov ; no oral quotations will be accepted. All questions regarding this solicitation should be emailed to Jay_Tobin@nps.gov. No telephone questions will be accepted. Any award resulting from this solicitation will be a Firm-Fixed-Price type contract. SCOPE OF WORK The National Park Service has a requirement to purchase three sets of (after market) replacement gears for a Cotta Bevel Gear Box, which is used to turn the blower ribbons on a 575 horsepower (2,700 foot pounds of torque) American Snow Blast rotary snow blower. This snow blower is used to remove compacted snow on all maintained highways within Yellowstone National Park. Supply three Ring and Pinion replacement sets (After Market Gear Sets) based on the following configuration:- Cotta gear box part number (G1252-8)- American Snow Blast gear box part number (0-5200)- American Snow Blast Pinion part number (0-5200-24) - Cotta Pinion part number (G-5283F)- American Snow Blast Ring Gear part number (0-5200-25)- Cotta Ring gear part number (G-5283-F) The Bevel Pinion Gear and shaft completes assembly. Material: 8620AN STEEL TEETH CARBURIZED TO 58/62 RC- 21 Teeth -2 DP- 20 DEG PA. The Ring Bevel Gear. Material 8620AN STEEL TEETH CARBURIZED TO 58/62 RC- 41 TEETH -2DP -20 DEG PA. The original gear assemblies will be provided to the successful offeror as a template to ensure proper configuration and alignment. The project is comprised of one line item: Line Item 0001: Supply and deliver three sets of (after market) ring and pinion gears. INFORMATION TO BE SUBMITTED BY CONTRACTOR: CLIN 0001, Supply and deliver three ring and pinion gear sets: $______________________ Delivery (Weeks after receipt of order):_______________________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: ______________________________________________________________ Business Phone: _______________________________ FAX: ___________________________ Email Address: ___________________________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ CLAUSES AND PROVISIONS Offerors must review and comply with the FAR Provisions/Clauses which apply to this solicitation. The full text of these may be accessed electronically at the website: https://www.acquisition.gov/far/. The following provisions and clauses are specifically referenced in this acquisition and are required in the response to this solicitation. They will remain in full force in any resultant award: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, is included in its entirety by reference herein and supplemented to include the following additional information: A formal on-site pre-submittal conference will not be conducted. A copy of the gear assembly blueprint (PDF format) can be obtained by e-mail from Jay_Tobin@nps.gov. Offerors are to submit the following information for review and evaluation by the Government to confirm technical acceptability of subject offer. A. Technical Ability Submit a brief narrative describing how your company will approach, perform, and complete the project to include Quality Control/Quality Assurance and meeting the delivery schedule. Offers should document the qualifications and experience of key personnel relative to the work that will be required. B. Prior ExperienceProvide descriptions of three to five projects your company has completed within the last three years that are similar to this project and which demonstrate the technical capability and responsibility to complete this project in a timely and effective manner. Provide references for these projects including name, phone number and email. C. Delivery ScheduleThe proposed schedule must allow for delivery and installation by early October 2011. End of Provision; 52.212-2, EVALUATION OF COMMERCIAL ITEMS, Paragraph "a" of the provision is hereby amended with the following: "The Government reserves the right to evaluate quotes and award a contract without discussions with offerors. Quotes shall be evaluated on the basis of providing the best value to the Government as follows: lowest priced, technically acceptable offer; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror shall include a completed copy of this provision with their quote, or state that they are located on website: https://orca.bpn.gov; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS;The following clauses are added as an addendum to 52.212-4: FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE; FAR 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including 52.222-3, Convict Labor, 52.225-13, Restriction on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, and incorporating the following Paragraph (b) clauses: 52.219.06, Notice of Total Small Business Set-Aside; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-01, Buy American Act (Supplies); 52.232-33, Payment by Electronic Funds-Central Contractor Registration; EXECUTIVE ORDER 13513 - PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING. Prospective contractors shall be registered in the electronic Central Contractor Registration Database (www.bpn.gov/ccr) prior to award of a government contract. Offerors are further advised that failure to register in this Central Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS11858/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 82190
 
Record
SN02467406-W 20110610/110608234932-7f29de3d84cfc85878210462047ff31c (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.