Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2017 FBO #5732
SOLICITATION NOTICE

24 -- Tractor Mower

Notice Date
8/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment 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
P17PS01806
 
Archive Date
9/1/2017
 
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
Combined Synopsis/Solicitation No. P17PS01806 Tractor Mower Point Reyes National Seashore Marin County, California This is a combined synopsis/solicitation for a mid-mounted 18 foot rotary boom mower (Alamo Machete 2 or equal) mounted to an agricultural tractor (John Deere 6110M or equal), commercial items, 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 requested via this notice only. A written solicitation will not be issued. The solicitation number is P17PS01806 and is issued as a request for quotation (RFQ). The North American Standard Industrial Classifications System Code is 333111 with an associated small business size standard of 1,250 employees. This solicitation is a 100% total small business set-aside. Quotations will only be accepted from small businesses, however, a non-manufacturer class waiver applies to this acquisition. The Government intends to award a firm fixed price contract to a single vendor determined to be responsive and responsible. In addition, you must be registered in the System for Award Management (SAM) website at https://www.sam.gov/. DESCRIPTION: BOOM MOWER HYDRAULIC SYSTEM: Entire mower hydraulic system to be driven from engine's front crankshaft drive; Closed-loop piston-type pump; Front mounted pump will receive external guarding; No mower or boom components will be associated with tractor's internal hydraulic system; Hydraulic fluid reservoir will be mounted so as not to interfere with operator visibility. BOOM MOWER DECK STRUCTURE: Mower deck is heavy duty two-blade rotary type (NOT flail); Minimum of 215 degree rotation of deck; Minimum 60 inch cutting swath; Rest cradle for boom stowage during transport; Head swivel for reduced deck width during transport; Hydraulically operated feed door; Replaceable skid shoes; Able to cut up to 5 inch diameter material; Boom has 18 foot reach; Mounts mid-tractor. TRACTOR ENGINE: USA EPA approved final Tier 4 engine; Minimum 50 gallon fuel tank with sediment drain; Severe duty fuel and water filter group; Minimum 110 HP; TRACTOR OPERATOR STATION: Enclosed cab with rear and side opening windows; AC with heater and pre cleaner; Front, rear intermittent wipers with washers; Rear window fan or defroster; Left and right side doors; 12 volt and USB power ports; CD/Bluetooth/mp3 radio; Fabric air suspension seat with arm rests and head rest; 3-inch wide seatbelt; External flashing warning lights; Cup/bottle holders; Front and rear sun shades; Left and right adjustable telescoping mirrors; Lockable fuel caps/vandal protection; Minimum 11,000 lbs unballasted operating weight; TRACTOR POWERTRAIN: Standard Differential lock/unlock; Transmission shall have 16 forward/reverse speeds; On-The-Go shifting; Four wheel drive; R4 Industrial Tread Design Tires; TRACTOR ELECTRICAL: 12 volt system; Minimum 120 amp alternator; Roading, working lights and LED stop and tail lights; Cab mounted warning beacon; Minimum power 154Ah battery; TRACTOR OTHER: Laminated front window glass; Ladder on cab, left side; Mirrors, inside rearview wide angle; Environmental drains for fluids; Backup alarm; Slow moving vehicle symbol (SMV triangle); Transmission guard; Two copies each printed operator manuals, repair and test manuals and parts catalog; Minimum 12 month warranty and extended 48 month or 3,000 hour powertrain warranty; Provide onsite machine orientation. Delivery: Point Reyes National Seashore, 1 Bear Valley Rd, Point Reyes Station, CA, 94954 120 days ARO (preferred) 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: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, 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 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management) 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 52.222-25, Affirmative Action Compliance 52.247-34, F.O.B. Destination Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. 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 Thursday, August 17, 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 3. If your offer is for other than the exact items specified, you must include d escriptive 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. If the descriptive literature fails to clearly show that the items offered conform to the requirements of the solicitation, the Government may reject the bid. Quotations must be sent to e-mail address: jack_northcutt@nps.gov 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 the Contracting Officer for confirmation). Any quotation received after 4:00 pm Pacific Time will be considered late and will not be further considered. DO NOT SEND QUOTATIONS TO OR CONTACT THE DEFAULT CONTRACTING OFFICE ADDRESS IN DENVER, COLORADO. 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 will award a contract 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) Price (ii) Quality (technical capability, mission goals in operation, balanced return on investment through the life cycle of the equipment) (iii) Past Performance (Maintenance support, parts availability and longevity) (b) All evaluation factors other than cost or price, when combined are approximately equal to cost or price. All evaluation factors other than cost or price are evaluated as Pass or Fail. (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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01806/listing.html)
 
Place of Performance
Address: Point Reyes National Seashore, 1 Bear Valley Road, Point Reyes Station, California, 94954, United States
Zip Code: 94954
 
Record
SN04607329-W 20170803/170801232533-23e0dd4f61dd2f27a3a5d228ee575eac (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.