Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOLICITATION NOTICE

23 -- Snow Groomer

Notice Date
6/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574082236
 
Response Due
7/15/2008
 
Archive Date
6/27/2009
 
Point of Contact
John G. Chaney Contract Specialist 3073442075 John_chaney@nps.gov;
 
Small Business Set-Aside
N/A
 
Description
Snow GroomerYellowstone National Park6/26/08 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #Q1574082236. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 423810; Small business size standard: 100 employees. The proposed contract is not set-aside for small business concerns. All responsible business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The anticipated award date is on or about August 15, 2008. Address questions regarding this solicitation to John Chaney at john_chaney@nps.gov. 2) STATEMENT OF WORK: Line Item #1: One snow groomer and associated materials and documentation. Line Item #2: Extended three year warranty Period of Performance: The contractor shall submit product data, within 14 days of contract award. The Government will review the submittal and return comments within 14 days of receipt. The contractor shall deliver the products, materials and all documentation required by the Statement of Work to the Government within 30 days of receipt of the Government's submittal comments. The contractor shall coordinate the exact dates and times of delivery with the NPS, at least one week in advance. Delivery: The contractor shall adhere to all roadway use regulations. The contractor shall supply, transport, and deliver the required products, materials and documentation to the Mammoth garage located in Yellowstone National Park. The contractor shall coordinate the exact dates and times of delivery with the NPS in advance. Submittals: After contract award and prior to incurring any costs the contractor shall submit product data which clearly indicates the products to be supplied will meet the requirements noted in the Statement of Work Specifications: A)General Description:1.Type of Vehicle;Yellowstone National Park is interested in purchasing a tracked snow grooming vehicle. The vehicle must be class 4 Alpine Grooming, capable of traveling/grooming effectively in all depths and snow conditions. The vehicle shall have a towing capacity of no less then 10,000 lbs. The vehicle shall maintain a minimum ground speed of 9 miles per hour in all snow conditions while towing at rated capacity. 2.Manuals;Manufacturer shall supply two sets of parts, service and operating manuals. Manuals shall be authored only in English. Manuals shall contain all information required to operate vehicles, perform service and order required parts. 3.Warranty;The manufacture guarantees the equipment offered, against material and workmanship defects. The manufacture also guarantees the equipment will perform to all specifications. The manufacture agrees to furnish without cost to the Government, replacement of all parts, materials and labor required to correct manufacturer's defects during the warranty period. To be included is an extended 3 year warranty on the machine. B)Cab and Chassis1.Cab Comforts;The cab shall be provided with two doors with key locking devices. Doors to be provided with sliding tinted glass windows. The front windshield shall have laminated safety glass and be heated. The vehicle shall have outside mounted heated rear mirrors. The cab shall include inside dome light and dash lights. Cab shall have a heater and defrost system. Cab shall be insulated for sound and weather. Cab shall have adjustable air ride operator seat and passenger seat with seatbelts. Cab shall be able to tilt to expose the engine compartment by either hydraulic or mechanical device.2.Steering;The vehicle shall be equipped with two hydrostatic drives independently controlling each track. Steering of the vehicle shall be through the use of an electronic microprocessor. Control levers or sticks shall be used to accelerate, steer and brake the vehicle.3.Radio;The radio shall be a quality AM, FM stereo receiver with a CD player with a minimum of two speakers. 4.Fuel capacity:The vehicle shall have a minimum fuel capacity of 90 gallons of diesel fuel. 5.Safety;The vehicle shall have cab roll over protection. (ROPS) The vehicle shall be equipped with a minimum of six front halogen lights, two rear halogen lights and one swivel mounted halogen spotlight. Dash shall be equipped with full instrumentation. Vehicle shall be equipped with a horn, parking brake and fire extinguisher. The vehicle shall have a back up alarm and orange rotating beacon on the roof. C)Power-train1.Engine;The engine shall be single diesel developing a minimum 345 horsepower at the manufacturers rated RPM. The engine provided shall be equipped with 12/24 volt started, alternator, voltage regulator, and 12/24 volt heavy duty battery, replacement element type oil filter, coolant system filter, air cleaner, engine temperature and oil pressure gauges, ammeter and tachometer, hour meter mounted on instrument panel, and 110 volt engine block heater installed in cooling system with either starting aid.2.Transmission;Hydrostatic drive pumps and motors (Sauer Danfoss series 90 or equivalent) shall be used to propel and provide braking for the vehicle. 3.Tracks;The vehicle shall be equipped with tracks. The tracks shall have be a minimum of 58 inches wide. They shall be fitted with symmetrical heat treated steel cross links. Ice Calks are not required. Vehicle shall be equipped with solid rubber bogie wheels. D)HydraulicsHydraulic ports: The vehicle will be used to pull various types of grooming equipment. There shall be 4 hydraulic circuits with quick couplers located on the rear of the machine for operation of grooming equipment. E)PerformanceGround speed: The vehicle shall be able to maintain a no load speed of 12 mph on flat ground on a packed road. Vehicle shall be able to maintain a minimum loaded speed (pulling a groomer attachment weighing 10,000 pounds) of 9 mph on a flat road. F)Blades and AttachmentsFront blade: A hydraulically controlled 12 way blade shall be mounted on the front of the machine with an eye hook mounted in the middle for pulling purposes. Vehicle shall have a pintle hook mounted on the back frame capable of pulling grooming attachments weighing 10,000 pounds. G)Service/TrainingCandidate shall provide a service technician to complete the first summer service in the Mammoth shop facility. He will instruct up to 5 shop personnel while performing this service. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: 1) Ability of the product to meet the requirements of the Statement of Work: Each offeror shall submit product data. Standard of Acceptability: product data must clearly indicate the products and materials that will be provided will meet the requirements of the Statement of Work. 2) Past Performance: Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Offerors are encouraged to submit references; however, the Government reserves the right to contact any, all or none of the submitted references. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS." Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful Quoter shall complete and submit the provision to the Contracting Officer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, and 52.232-29. 4) PROPOSAL: Solicitation: Q1574082236, Snow Groomer for Yellowstone National Park Due: 2:00 pm Mountain Time, Tuesday, July 15, 2008 Submit to: E-mail: john_chaney@nps.gov or Fax: 307-344-2079. DATE: ___________________________________________________________________________________________; CONTRACTOR: ____________________________________________________________________________________; ADDRESS: ________________________________________________________________________________________; DUNS Number: ___________________________________________________________________________________; Contact Name: _____________________________________________________________________________________; Phone: ________________________________________________________________________________________; Fax: ________________________________________________________________________________________; E-mail: ________________________________________________________________________________________; Line Item #: 1: One snow groomer and associated materials and documentation, Price: $________________________________________________________________________________________; Line Item #: 2: Extended three year warranty, Price: $________________________________________________________________________________________; TOTAL PRICE: $________________________________________________________________________________________; Attachments: The contract shall include in their proposal documentation which addresses the non-price evaluation factors noted above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c1a297d35cb074aa0e071206b4619fb1&tab=core&_cview=1)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 82190
 
Record
SN01603463-W 20080629/080627221723-c1a297d35cb074aa0e071206b4619fb1 (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.