MODIFICATION
24 -- Solicitation Amendment 1 is hereby issued to extend the response date, changed from 8/23/12 to 8/27/12, for a BRAND NAME OR EQUAL REQUIREMENT to replace current Freightliner D1200064ST Tractor with a new Kenworth W900 500HP Tractor, or equal.
- Notice Date
- 8/23/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
- ZIP Code
- 98362
- Solicitation Number
- P12PS23623
- Response Due
- 8/27/2012
- Archive Date
- 8/23/2013
- Point of Contact
- Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@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
- This is a modifiation to a previously synopsized requirement. This is Amendment no. 1 to the original solicitation, issued for the purpose of extending the response date. The response date is hereby changed from 4pm (PST) August 23, 2012 to 4pm (PST) August 27, 2012. QUOTES ARE DUE BY 4PM (PST) AUGUST 27, 2012. No other changes. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The solicitation number is P12PS23623, and the solicitation is issued as a request for quotation (RFQ). This solicitation is unrestricted, full and open. The NAICS code is 423110 with an associated small business size standard of 100 employees. It is the vendor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far or at http://www.ios.doi.gov/pam/aindex.html. This solicitation will result in award of a firm, fixed-price contract. The National Park Service, Olympic National Park, has a requirement to replace the park's current Freightliner D1200064ST Tractor with a new Kenworth W900 500HP Tractor, as a brand name or equal requirement. The following is a list of standard and optional "or equal" specifications for the new tractor which vendor shall be able to meet on an "all-or-none" basis: STANDARD FEATURES: The brand name in this solicitation is a "Kenworth W900 Heavy Tractor (625C 6x4, minimum 100,000 pounds Gross Combined Weight Rating (GCWR))" which shall be quoted with all standard features, or an equivalent brand named tractor may be quoted. Quote shall include a complete list of the standard features that come with the tractor, including any features that require additional decisions on color, material type, size ranges, weight ranges, capacity, dimensions, etc. (1) MAKE/MODEL and YEAR: Government requires newest make/model available for purchase through wholesaler/authorized dealer. Quote shall specify the proposed manufacturer, make/model, and year. (2) GROSS VEHICLE WEIGHT (GVR): 80,000. (3) TRANSMISSION: 18 Speed with Splitter Transmission. (4) ENGINE: The Government prefers 500HP, but would accept between 500 GHP and 600 GHP, with a 1550 LB-FT Torque. (5) FUEL TANKS: Two each, minimum 100 gallon fuel tanks. If only one fuel tank is the standard, then treat the second fuel tank as an option, and provide pricing for both the standard and option. Tank capacity shall be no less than 100 gallons. (6) FUEL TYPE: Diesel (7) AXLES: Front axle 22,000 pounds. Rear axle 58,000 pounds tandem. The "or equal" make/model quoted shall be able to meet the weight as specified for this item, for both front and rear axles. (8) RADIATOR: 1430 square inch. The "or equal" means that if multiple sizes are available, Quoter shall provide closest size to 1430 as the standard. (9) PINS and BUSHING: Kenworth W900 provides steel hacking pins and bushing. The "or equal" make/model quoted shall also use steel hacking pins and bushing, which is known to extend suspension life and enhance steering. (10) PLUMBING and WIRING: Kenworth W900 combines plumbing and wiring together, which is mounted high on the frame, for the purpose of protecting the plumbing and wiring from road salts or washing acids or chafing. The "or equal" make/model quoted shall explain how the plumbing and wiring is protected. (11) HUCBOLTS VS. RIVETS: Kenworth W900 provides huckbolts vs. rivets. Use of huckbolts is believed to create a tighter, stronger, more rattle free cab. The "or equal" make/model quoted shall specify which is the standard used - huckbolts or rivets. And if the use of rivets is the standard, is the use of huckbolts available as an option, and what would difference in price be between huckbolts vs. rivets? (12) STACKS: Kenworth W900 provides two chrome stacks. The "or equal" make/model quoted shall specify which is the standard - single or double stacks, made of chrome or iron as the standard. The Government prefers chrome, as it prevents corrosion/rust and doesn't require as frequent replacement of the exhaust system. Quote shall include the price for one vs. the other, only if chrome is not the standard. (13) AIR CLEANERS: Kenworth W900 provides steel mounted cowl air cleaners. The "or equal" make/model quoted shall also be capable of specifying cowl mounted air cleaners. If this is not normally a standard feature, but treated as an updgrade or add-on, quote shall indicate as such. (14) INTERIOR CAB: The Government prefers vinyl interior on instrument panel (no woodgrain), door pads, kick panels, floor, headliner. Carpet is least preferred, and would only be chosen if no other choice was available. (14-A) CENTER CONSOLE: Quote shall list all standard console accessories and power outlets. Quote should also list any upgrade or optional features for the center console, and pricing for the upgrade/optional features. (14-B) SEAT (COLOR & MATERIAL): Kenworth W900 comes with 2-tone interior seat color in vinyl, leather, or cloth. The Government prefers vinyl or leather, because both are easier to wipe down and keep clean. Quoter shall provide which is the standard, and color choices for the standard. Color choices shall be submitted with quote or on-line link is acceptable. If vinyl or leather are considered to be upgrades, Quoter shall provide price option for either, and include color choices for either. (14-C) SEAT (DESIGN): The Kenworth W900 provides an "Air Ride Seat," which is their air cushion premium plus seat fully adjustable for lumbar and lateral support, orthopedically sculpted, reclinable, and offered with arm rests. The "or equal" make/model quoted shall provide similar seat functions, and what is standard vs. upgrades/add-ons. The Government prefers arm rests. (14-D) FLOOR: Kenworth W900 offers choices of carpet or rubber mat. The Government prefers rubber mat. The "or equal" make/model quoted shall provide standard flooring choices. Color choices shall be submitted with quote or on-line link is acceptable. (14-E) DOOR TYPE: DayLite doors are industry standard. If the trademark "DayLite" is considered an upgrade/add-on, then the quote shall indicate which is the standard, and the difference in price of standard vs. DayLite. (14-F) DOOR (ADJUSTING DOOR LOCKS, MIRROR, WINDOWS): Kenworth W900 provides door pad design that driver can position the door lock, mirror, and window controls for easy touch access. The "or equal" make/model quoted shall provide similar design functions that provides the driver easy access to position door lock, mirrors, and window control, within easy reach of steering wheel, either on steering wheel or door pad. Quote shall explain functional features of door pad design. (14-G) DOOR (MAP POCKETS): Typically door map pockets on driver side and passenger side doors are included as a standard feature. If door map pockets are considered to be an updgrade/add-on, then the quote shall indicate as such. (14-H) UNDER DASH LIGHTING: The Kenworth W900 provides under dash floor lighting with red lens. The "or equal" make/model quoted shall provide similar under dash floor lighting and specify color availability in quote. (14-I) SUNVISORS: Typically sunvisors on driver side and passenger side are included as a standard feature. If sunvisors are considered to be an updgrade/add-on, then quote shall indicate as such. (14-J) DOME LAMPS: The Kenworth W900 provides left and right dome lamps mounted above doors. The "or equal" make/model quoted shall provide left and right dome light, and specify location, which shall be inside cab, above doors. (15) SLEEPER CAB: Sleeper Cab: None (no sleeper cab) OPTIONAL FEATURES: The following are optional features, treated as upgrades or add-ons, and the Government intends to award as many of these features as funds will allow at time of award. Any feature not chosen at time of award will not be considered after award. It is the Government's intention to award all of the optional features, however, should the Government not have sufficient funds to afford all of the optional features, the Government reserves the right to cherry-pick from only those items most preferred. The items below are not listed in any particular order of importance. (16) Heavy Duty Fifth Wheel Air Ride (17) Dash-mounted Air cleaner service indicator (18) Automatic traction control (19) Air cushioned pintle. (20) Automatic vehicle stability control (21) Brakes: air-disk-all wheel ends (22) Tool Box: The Kenworth W900 provides an option for a steel or aluminum diamond plated tool box with steel or aluminum handles and locks. The Government prefers aluminum over steel, and diamond plating is not necessary (if the diamond plating is optional). Quote shall include a tool compartment/tool box, with handles and lock, indicating material type and finish. The "or equal" make/model quoted shall specify tool box options and pricing. (23) Cab protection rack (24) Differential lock out, driver controlled (25) Driver's seat, suspension type (Air Ride Seat) (26) Engine compression brake as the option, priced, but also provide price to updgrade this item to include a 3-Stage on brake system (low, med, and high). (27) Engine hour meter (28) Safety kit, fire extinguisher & etc. (29) Rear fenders, tractor (30) Lift-able auxiliary suspension 20,000 (31) Mud and snow tire (32) Power locks (33) Parts and service manuals (34) Power windows (35) Motorized right side (36) Heated mirrors (37) Heated flat mirrors (38) Towing hooks/loops at rear (39) Suspension-air spring-rear (40) Walking beam suspension (41) Tilt steering (42) Trailer towing package (43) Wheels, painted cab color (44) Setback front axle (45) Inside-cab Air Conditioning (46) Adjustable 'OVERSIZE' sign for outside real of cab on tractor: The oversize sign shall be priced as the option item, plus provide a price for electric operated as an upgrade/add-on feature. (47) Front and Rear LED Lights (48) Outside Mounted Overhead Cab 'Beacon' (49) Wet Kit (50) Adjustable Fifth-Wheel (51) CB Radio DELIVERY: Vendor shall coordinate and schedule delivery in advance, by contracting Dwayne ("Ed") Travis, Roads Supervisor, at 360-565-3175 or email at Dwayne_Travis@nps.gov. Delivery shall occur on a Monday through Thursday, not on a Friday, weekend, or holiday, and between the hours of 7am to 3pm. PRICE SCHEDULE: The following line items shall be filled in and submitted with quote. The line items may be copied onto Quoter's letterhead or this page may be filled out and submitted with quote. So long as all line items are submitted and priced, the format does not matter. During evaluation, the Government may need to ask for a price breakdown in sufficient detail to support the lump sum amount quoted. "CLIN" means Contract Line Item. If any standard feature has additional choices that, depending on the Government's choice, may either increase or decrease the standard price, then the additional choice (upgrade or add-on) shall be treated as an optional item, and be included in the lump sum price for CLIN0002. CLIN0001: Kenworth W900 Tractor or equal, standard features only - - 1 Lump Sum $____________. CLIN0002: Kenworth W900 Tractor or equal, optional features only - - 1 Lump Sum $____________. CLIN0003: Delivery to Olympic National Park, F.O.B. Destination - - 1 Lump Sum $_____________. CLIN0004: Federal Excise Tax - - 1 Lump Sum $_____________. CLIN0005: Delivery Lead Time is __________ calendar days after receipt of order (ARO). CLIN0006: Warranty __________________________________________________________. PAYMENT & POSSIBLE REQUIREMENT FOR CONTRACTORS TO REGISTER AT NEW INTERNET PAYMENT PLATFORM SYSTEM (IPP) AFTER AWARD OF CONTRACT 1. PAYMENT. Payment of approved invoices will be made on a net-30 basis, by electronic funds transfer (direct deposit into contractor's bank account per contractor's SAM registration). Payment shall be by actual completed quantities measured. Only completed work will be considered for payment. 2. IPP REGISTRATION MAY BE REQUIRED. The National Park Service is transitioning to a new electronic budget and acquisition software program during fall 2012, which will impact the way invoices are received, processed, and paid. This solicitation will be awarded just prior to the current system shutting down, and data migrating to the new system. As a result, during fall 2012, the contractor MAY be required to submit "payment requests" electronically, through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment Request" means a request for invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements of the clause at 52.212-4 Contract Terms and Condition-Commercial Items (listed below in "clauses and provisions"). The IPP website address is: https://www.ipp.gov. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. The Contractor Government Business Point of Contact (as was listed in CCR, which should now be listed in contractor's registration in SAM) will be receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date, only for awards made after September 4, 2012. For contracts awarded prior to September 4, 2012, the contractor MAY be required to register and use IPP, but details are not fully known at time of issuance of this solicitation. The Contracting Officer will provide further information after award. If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor must submit a waiver request in writing to the contracting officer with its quotation (applicable to solicitations issued and contracts awarded after September 4, 2012 - PRIOR TO SEPTEMBER 4, 2012 A WAIVER IS NOT REQUIRED BUT CONTRACTOR IS HEREBY NOTIFIED IPP MAY BE REQUIRED AFTER AWARD). CLAUSES AND PROVISIONS. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.acquisition.gov/far or http://www.ios.doi.gov/pam/aindex.html. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Award will be made on the basis of "best value" to the contractor that the Government determines can best satisfy the requirements of this Request for Quotations, in a manner most advantageous to the Government. Evaluation factors are price and past performance. The government reserves the right to make award without discussions. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation, and includes the following clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-06 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition of Contracting with Inverted Domestic Corporations; 52.222-03 Convict Labor; 52.222-19 Child labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Person; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-01 Buy American Act - Supplies; 52.225-03 Buy American Act - Free Trade Agreements-Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-03 Protest After Award; and 52.233-04 applicable Law for Breach of Contract Claim. The clause at 52.217-04, Evaluation of Options Exercised at Time of Contract Award applies to this solicitation, and states the following (full text): Except when it is determined in accordance with 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at time of award. The clause at 52.247-34 F.O.B. Destination applies to this solicitation CENTRAL CONTRACTOR REGISTRATION: The clause at 52.204-07, Central Contractor Registration, applies to this solicitation. All quoters must be registered in the Central Contractor Registration (CCR) database within seven calendar days of receiving notice of award. The CCR website is http://www.ccr.gov. REPRESENTATIONS AND CERTIFICATIONS (aka "REPS & CERTS"): The clause at 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation. Quoter must either submit a filled-in copy of the provision 52.212-3 Offeror Representations and Certifications - Commercial Items, with quote, or be electronically registered at the Online Representations and Certifications Application (ORCA) website. The ORCA website address is http://orca.bpn.gov. SPECIAL NOTICE TO OFFERORS REGARDING CCR AND ORCA: As of July 29, 2012, both the CCR and ORCA on-line databases were shut down and replaced by a new on-line database called SYSTEM FOR AWARD MANAGEMENT (SAM). When going to the CCR and ORCA websites vendors/contractors should be re-directed to the new SAM website. In case of problems connecting to SAM from CCR and ORCA, the SAM website is http://www.sam.gov. If vendors were previously registered in CCR and ORCA, their vendor data was supposed to have transitioned into SAM, however, it is the vendor's/contractor's responsibility to verify on-line registration status in SAM. For this solicitation, for new vendors not previously registered in CCR and ORCA, vendors are required to be registered in SAM (http://www.sam.gov). End of Clauses and Provisions. INSTRUCTIONS TO QUOTERS: Part 1 - WHAT TO SUBMIT. Quotes shall consist of the following: (a) Company information on letterhead, including individual or company name, address, DUNS number, phone number, and point of contact name and email address; (b) the price schedule, (c) description of tractor being proposed, including standard and optional specifications, manufacturer's warranty, photo (if available), delivery lead time, and (d) either a copy of the filled in provision at 52.212-03, Offeror Representations and Certifications-Commercial Items, or be registered on-line at SAM (http://www.sam.gov). Remember, all Quoters shall be registered (or prior CCR profile migrated) in SAM, which replaced CCR. Part 2 - WHEN AND WHERE TO SUBMIT QUOTE. Quotations must be received no later than August 27, 2012 at 4:00 p.m., Pacific Daylight Time. Due to the quick response timeframe (8 calendar days) to submit quotes for this solicitation, quotes may be submitted by mail, email, or hand-deliver to the attention of Phaedra Fuller, Contracting Officer, at Olympic National Park: 600 East Park Avenue, Port Angeles, Washington 98362-6757. Email address is Phaedra_Fuller@nps.gov. For mailed or hand-delivered quotes, write on outer envelope "QUOTE/P12PS23612." In emailed quotes, write in subject line of email "QUOTE/P12PS23612" and include name, company name, and phone number in email. Part 3 - QUESTIONS ABOUT THIS SOLICITATION. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. POINT OF CONTACT: The point of contact for this solicitation is Phaedra Fuller, Olympic National Park, office phone 360-565-3009, fax 360-565-3018, cell phone 360-461-1827, and email Phaedra_Fuller@nps.gov. The government reserves the right to cancel this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS23623/listing.html)
- Place of Performance
- Address: Equipment shall be delivered to Olympic National Park, 600 East Park Avenue, Port Angeles, Washington. Vendor shall adhere to requirement for pre-arranging delivery in accordance to delivery requirements stated in this solicitation.
- Zip Code: 98362
- Zip Code: 98362
- Record
- SN02851825-W 20120825/120823235628-fd795a10f48370b2caf3ad786c302aae (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 |