SOLICITATION NOTICE
25 -- Reman Front Axle for John Deere 644 - Attachment 2
- Notice Date
- 3/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
- ZIP Code
- 80225-0287
- Solicitation Number
- P17PS00894
- Archive Date
- 4/15/2017
- Point of Contact
- Jack Northcutt, Phone: (541) 883-6884
- E-Mail Address
-
jack_northcutt@nps.gov
(jack_northcutt@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 644H Data Plates No. P17PS00894 Remanufactured Front Axle for JD 644H Crater Lake National Park The National Park Service has an urgent requirement for a remanufactured axle, a commercial item. This is a combined synopsis/solicitation prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-95 of January 19, 2017. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is P17PS00894 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved for Small Business Concerns. The North American Standard Industrial Classifications System Code is 333120 - Construction Machinery Manufacturing. DESCRIPTION: One remanufactured front axle, with differential. OEM Part numbers as taken from Parts Manual: Complete Axle Assembly RE029885, Front Axle ROAG2514R, Diff-Lock, Non-Osc, RE160302. The axle shall fit and be fully compatible with a John Deere 644, Loader Product Identification Number DW644HX580737. OEM Equipment and Axle Data Plate photos are attached to this solicitation. Any axle offered shall be of a manufacture date equivalent to or newer than the loader manufacture date. Any axle offered shall have all gear lash and pre-load settings, bearing play and wet disc brake pad thicknesses at no more than 5% past the specifications for newly installed OEM parts. Remanufactured OEM or equivalent aftermarket axles are acceptable. To be considered equivalent, an aftermarket axle shall have either used all remanufactured OEM parts internal or shall be warranted to an equivalent level of time as a Remanufactured OEM axle. See Attachment 2: Product Identification Number data plates. DELIVERY: Palletize and package the complete remanufactured axle assembly, in prep for shipment. The complete axle shall be palletized and banded or secured in like manner for shipment. Crater Lake National Park, Bldg 14, three miles north of Oregon State Highway 62 on Munson Valley Road, GPS Coordinates: 42°53'44.1"N 122°08'12.4"W. The NPS will palletize and package the damaged axle. The vendor is responsible for return freight. Deliveries are accepted between 8 am and 4 pm Monday through Friday. A forklift will be available for unloading. PERIOD OF PERFORMANCE: TBD, as soon as practicable. PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury. TERMS AND CONDITIONS: The following FAR provisions and clauses apply: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-20, Predecessor of Offeror; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.222-3, Convict Labor; 5 2.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management); 52.217-5, Evaluation of Options; 52.217-7, Option for Increased Quantity- Separately Price Line Item; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.242-15, Stop-Work Order; 52.242-17, Government Delay of Work; 52.247-34, F.O.B. Destination Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Feb 2015) 52.203-98 (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 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: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. 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. INSTRUCTIONS TO OFFERORS: Quotations are due by Friday, March 31, 2017, 4:00 PM, PST to the attention of: Jack Northcutt, Contracting Officer, National Park Service. Quotations must include the following information: 1. Company name, DUNS number, Contact name, phone number and e-mail 2. Pricing and availability 3. Descriptive literature such as manufacturer's cut sheets, sufficiently detailed to clearly demonstrate that the offered items conform to the requirements of the solicitation. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as Design; Components; Performance characteristics; and Methods of manufacture, assembly, construction, or operation. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid. Quotations may be hand delivered, e-mailed or sent via mail through regularly scheduled delivery services for delivery to the attention of Jack Northcutt, NPS, Klamath Ranger District, 2819 Dahlia St. Ste A, Klamath Falls, OR 97601 on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact Contract Specialist for confirmation). Quotes may be sent to e-mail address: jack_northcutt@nps.gov. Any quotation received after 4:00 pm Pacific Daylight Time will be considered late and will not be further considered. The point of contact for this solicitation is Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; e-mail: jack_northcutt@nps.gov OFFER EVALUATION(S): 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government intends to award a firm fixed priced order 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 offered to meet the Government requirement; including availability, warranty and meeting or exceeding the specifications (ii) price; Technical capability is approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. ATTACHMENT 1: QUOTE SHEET Company Name DUNS Number Contact Name Phone Number Email PRICING: 00010 Remanufactured Axle for John Deere 644H Loader, fob destination (include freigh in your price) $ 00020 Core Charge (include return freight in your price) $ Total $
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00894/listing.html)
- Place of Performance
- Address: Crater Lake National Park, Crater Lake, Oregon, 97604, United States
- Zip Code: 97604
- Zip Code: 97604
- Record
- SN04448393-W 20170329/170327234626-5e286b2e97b86a140cdebcb06838f8e1 (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 |