SPECIAL NOTICE
24 -- SACN JOHN DEERE TRACTOR WITH LOADER
- Notice Date
- 8/9/2016
- Notice Type
- Special Notice
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- NPS, MWR - MWRO MABO 601 Riverfront Drive Omaha NE 68102 US
- ZIP Code
- 00000
- Solicitation Number
- P16PS02497
- Archive Date
- 10/30/2016
- Point of Contact
- Kircher, Adam
- E-Mail Address
-
adam_kircher@nps.gov
(adam_kircher@nps.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION P16PS02497 Saint Croix National Scenic Riverway - John Deere Tractor with Loader (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (II)This solicitation, P16PS02497, is issued as a request for quotation (RFQ). (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective date July 14, 2016. (IV)This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 333111, Farm Machinery and Equipment Manufacturing. The small business size standard is 1,250 employees. (V)This combined solicitation/synopsis is for purchase of the following commercial item(s): LINE ITEMDESCRIPTIONQUANTITYUNIT 00010: John Deere 5065E Utility Tractor 1ea 00020: John Deere Model H240 Loader with Font Bucket Model LVB253411ea (VI)Description of requirements is as follows: The vendor shall provide the items above, in accordance with Attachment 1_Statement of Work. (VII)Delivery address is NPS, MWR, St Croix NSR, 401 N Hamilton Street, St. Croix Falls WI 54024. (VIII) FAR 52.212-1, Instructions to Offerors, Commercial Items (OCT 2015) applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm fixed price award will be made to the responsible offeror submitting a quote that provides the best value to the Government. Best value will be determined by using the trade-off process as listed in FAR 15.101. In determining best value, the following factors will be considered: (1) technical specifications and (2) price. The factors are listed in descending order of importance. When combined the technical specifications factor is more important than price. (IX) The Government will award a purchase order resulting from this solicitation to the offeror who submits the lowest price technically acceptable quote. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (APR 2016), with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items (MAY 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2016) applies to this acquisition. The following clauses under subparagraph (b) apply: (1), (14), (22), (25), (26), (27), (28), (29), (30), (32), (33), (40), (41), (44), and (50) The following clauses under subparagraph (c) apply: (1), (2), (3), (4), and (8) (XIII) The clause at FAR 52.243-1, Changes -- Fixed Price (Aug 1987) applies to this acquisition. (XIV) Additional Contract Requirements: 52.204-7 System for Award Management. (JUL 2013) 52.204-13 System for Award Management Maintenance. (JUL 2013) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) - DEVIATION FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.252-6 Authorized Deviations in Clauses (APR 1984) Electronic Invoicing and Payment Requirements - Invoicing Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury ¿s Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions, Commercial Items included in commercial item contracts. The IPP website address is: http://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor ¿s Invoice, along with any other supporting documentation as stipulated by the Contracting Officer. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. 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 proposal or quotation. (End of Local Clause) AUTHORITIES AND DELEGATIONS (SEPT 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of local clause) (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 2:00 P.M. Central Time on Aug 24, 2016. All quotes must be emailed to the attention of Adam Kircher at Adam_Kircher@nps.gov (XVI) Any questions regarding this solicitation should be directed to Adam Kircher at Adam_Kircher@nps.gov LIST OF DOCUMENTS AND ATTACHMENTS Attachment 1 - Specifications
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS02497/listing.html)
- Record
- SN04215811-W 20160811/160809235556-075871657612c7c8c2c547b7b3a045fe (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 |