Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2011 FBO #3554
SOLICITATION NOTICE

25 -- Sundstrand Sauer Danfoss Pump and Motor

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
Q1574113522
 
Response Due
8/29/2011
 
Archive Date
8/15/2012
 
Point of Contact
Andrea Brew Contract Specialist 3073442859 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
N/A
 
Description
1.GENERAL INFORMATIONThis 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) Q1574113522. 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 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ open for full and open competition under NAICS codes. 2. REQUIREMENT Yellowstone National Park Special Projects Spring Opening needs to purchase a new (No rebuilt parts) hydraulic pump and motor. For a rotary snow plow (License Plate I20726). The pump and motor is original equipment and must be replaced with the same make and model to insure proper installation, pressure requirements, shaft size, mounting configuration, dimensional size, rotation of pump to motor and hydraulic operations. The Sundstrand -Sauer Danfoss part numbers are: (Hydraulic motor #27-3053)SAE F Mounting flangeSAE F Spline shaftHigh pressure reliefs set at 5000 psiHot oil shuttle relief valve set at 225 psi Standard motor configuration (Hydraulic pump #27-2079- CLOCK WISE ROTATION).SAE F mounting flangeSAE F spline shaftStandard charge pumpCharge relief valve set at 250psiManual pump controllerStandard pump configuration Pump and motor must be procured from an authorized Sundstrand -Sauer Danfoss distributor. Delivery required no later than 10 weeks after receipt of order. Quoted price must include all delivery charges. 3. CLAUSES AND PROVISIONSOfferors/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 - 52.212-2, Evaluation factors include [a] price; [b] past performance [c] delivery date supported by documentation and references. Past performance shall be equal to price in importance; Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance.; Delivery Date:Delivery is required no later than 10 weeks after receipt of order. Standard of Acceptability: The offeror must be able to deliver the parts no later than 10 weeks after receipt of order 52.212-2, EVALUATION-COMMERCIAL ITEMS - 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-Supplies52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. 52.223-18 Contractor Policy Ban Text Messaging while Driving52.246-17 Responsibilities of Supplies52.252-2 Clauses Incorporated by Reference 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). 4. PROPOSALQUOTES ARE DUE for this combined synopsis/solicitation on August 29, 2011 at 4:00 PM Mountain Daylight. 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_hannon@nps.gov. All questions regarding this solicitation must be submitted in writing via email to andrea_hannon@nps.gov. All questions must be submitted no later than August 23, 2011. Quotes must contain the following information: Line Item 0001: Sundstrand Sauer Danfoss Hydraulic Motor 27-3053 $___________Line Item 0002: Sundstrand Sauer Danfoss Hydraulic Pump 27-2079$___________ TOTAL$___________ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ References with Company Name, Contact, Phone Number and Email Address shall be submitted with quote. Name Brand JustificationThe pump and motor are original equipment and must be replaced with the same make and model to insure proper installation, pressure requirements, shaft size, mounting configuration, dimensional size, rotation of pump to motor and hydraulic operations. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574113522/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY 82190
Zip Code: 821900168
 
Record
SN02536298-W 20110818/110816235804-c8192478eca59eaf23bc68a2a9d43601 (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.