SOLICITATION NOTICE
28 -- Detroit Diesel 8V92 Overhaul Kits for Yellowstone National Park
- Notice Date
- 8/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1574113412
- Archive Date
- 8/15/2012
- Point of Contact
- Stacy L. Vallie Contracting Officer 3073442076 stacy_vallie@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) Q1574113412. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-53. 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 811111 and the small business size standard is $7M. QUOTES ARE DUE for this combined synopsis/solicitation on August 30, 2011, at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors 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 faxed to 307-344-2079 or emailed to stacy_vallie@nps.gov. All quotes from small business will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please. The following is a description of the requirements: Yellowstone National Park Vehicle Maintenance requires two (2) complete overhaul kits for 8V92 Detroit engines. Due to the critical use and expense of these engines, the kits must include Detroit Diesel original equipment replacement parts. The numbers provided are Detroit Diesel part numbers:DESCRIPTION QUANTITY PART NUMBER1)Shell set standard main bearings 10 each 51495652)Shell set standard rod bearings 16 each 51495723)Cylinder kits 16 each 235243414)Fuel pump 2 each R51995605)Water pump kit 2 each R235119436)Gasket kit Engine over haul 2 each 235126847) Fuel injectors 16 each R5229630P8)Thermostats 4 each 235038269)Cylinder heads loaded w/rocker arm 4 each R5149878A10)Idler assembly 2 each 745194811)Cam bearings 12 each 519602612)Seal 2 each 2350154413)Sleeve 2 each 2350722614)Seal 2 each 2351460815)Oil cooler 2 each R854723716)Blower overhaul kit 2 each 23514202 Detroit engine specification Bore is standard. Price must include shipping to Yellowstone National Park Mammoth Wyoming. EVALUATION- The Government shall award a contract resulting from this solicitation to the 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 and (ii) Past Performance, in order of relative importance. Proposals must include verification that the offeror can provide all items as listed above on or before the delivery date, 30 days after award. Additionally, offerors must provide a list of three (3) references, including contact names, phone numbers and email addresses from companies or state, local or federal government entities with which similar business has been conducted. These references will be used to evaluate past performance. In order to be considered for award, offerors must quote all items.Solicitation #: Q1574113412 Quotes due: August 30, 2011, by 4:30 PM Mountain Daylight time Submit to: stacy_vallie@nps.gov or fax to 307-344-2079 Date:______________________ Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offeror Name: ________________________________________ *Quoted price shall include delivery to the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park, Wyoming 82190. Delivery required 30 days after award. Line Item 1: Two (2) complete overhaul kits for 8V92 Detroit engines: Unit price: $_______________ Extended price: $_______________ for two kits TOTAL PRICE $_______________ (including delivery) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-53. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 52.212-2 EVALUATION-COMMERCIAL ITEMS - (a) The Government shall award a contract resulting from this solicitation to the 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) Technical capability of the item(s) being offered to meet the Government requirement; (ii) Price and (iii) Past Performance, in order of relative importance. Clause 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; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4 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/Q1574113412/listing.html)
- Place of Performance
- Address: Yellowstone National Park, Wyoming
- Zip Code: 821900168
- Zip Code: 821900168
- Record
- SN02535931-W 20110818/110816235429-950e1059fc357e73c389b5ab93bc58d8 (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 |