SOLICITATION NOTICE
23 -- 30 Foot Gooseneck Trailer
- Notice Date
- 2/7/2012
- 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
- Q1574122549
- Response Due
- 2/27/2012
- Archive Date
- 2/6/2013
- Point of Contact
- Andrea Hannon Contract Specialist 3073442859 andrea_hannon@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
- 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) Q1574122549. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-55 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 336212 and the small business size standard is 500 employees. 2. REQUIREMENTYellowstone National Park requires a 30 foot enclosed aluminum gooseneck trailer.The trailer must have the following minimum options 1.2- 5/16 25,000 lb ball coupler2.Side Cross members 16 inch on center, roof Bows 16 inch on center and vertical post 16 inch on center3.Trailer width 82 inch between wheel well / 8 foot interior width and 102 inch overall width4.Electric double leg 2 speed landing gear5.7 foot interior clearance height6.80-3/4 inch hat posts7.Eight foot length upper deck8.10 degree up angle9.Electric drum brakes with emergency breakaway kit 10.EZ lube hubs11.Rubber ride suspension12.Tube sub frame construction13.Three each 6000 lb axles with 16 inch 8 hole whit e spoke steel wheels and 235/85 R16 load range E14..030 gauge aluminum exterior panels painted white15.48 inch exterior risers ATP16.12 inch ATP exterior Stone guard17.Chrome front corners18..080 gauge aluminum top wrap19.3/4 inch treated plywood floor decking20.3/8 inch interior sidewall liner21.32x max height side entry door -Bar flush lock (Drivers side front)22.8 inch x 29 inch riser crank handle door23.Max size rear ramp door (Heavy Duty construction) 24.12 volt entry light at side door and 12 volt loading light rear roof mount25.LED Stop, tail, entry, and clearance lights26.Insulated ceiling with liner, insulated sidewalls, floor, entry door, and rear ramp door 27.Trailer equipped with cargo package Bar Flush Lock Door 28.2 each surface mount dome lights 12 volt (LED)29.2each 110v 4 ft fluorescent light w/diffuser 30.1each 12 v surface mount switch/ 1 each 110v surface mount switch31.2 each 110v 15 a duplex 1g receptacle (2 outlet) 32.110v 30a electric service panel33.110v 30a motor base receptacle34.DC/AC power inverter system with battery charger35.2 each non powered roof vents front part of cargo area and rear of trailer36.Interior 12 volt propane heater 20,000BTUwith thermostat /fan and carbon monoxide monitor37.Two 20 lb propane bottles compartmentalized within an industry standard storage area with out side access 38.Enclosed compartment with 2 each 12 volt batteries, inverter and battery chargerPrice must include delivery to Yellowstone National Park Mammoth Wyoming 82190.Trailer must include a minimum one year warranty parts and labor. 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 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. 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-Supplies52.219-6 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 Registration52.223-18 Contractor Policy Ban Text Messaging while Driving52.252-2 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 February 27, 2012 at 4:30 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. INSTRUCTIONS FOR PROPOSAL CONTENT: Quotes shall address the specification SEQUENTIALLY and shall demonstrate your capability to meet all specifications (if responses are located in accompanying product literature, please cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Vendor to comply with sequentially addressing all specification or simply restating requirements or noncompliance with any of the RFQ instructions may result in your proposal being rejected and eliminated from further consideration. Proposal cover sheet shall include the following: Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ Line Item 0001: 30 Foot enclosed Aluminum Trailer: $_________________________ REFERENCES: Name:_________________Company: ______________Phone:_________________Email:_______________ Name:_________________Company: ______________Phone:_________________Email:_______________ Name:_________________Company: ______________Phone:_________________Email:_______________ END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574122549/listing.html)
- Place of Performance
- Address: Yellowstone National Park, WY
- Zip Code: 821900168
- Zip Code: 821900168
- Record
- SN02669436-W 20120209/120207235419-e31b4efe57fe4943ef181e8794e653c0 (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 |