SOLICITATION NOTICE
23 -- Solid Waste Rear Loader
- Notice Date
- 3/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, PWR - HAVO Hawaii Volcanoes NP PO Box 52/One Crater Rim Drive Hawaii National Park HI 96718
- ZIP Code
- 96718
- Solicitation Number
- N8304090118
- Response Due
- 4/1/2009
- Archive Date
- 3/1/2010
- Point of Contact
- Traudel L. Haney Supervisory CS/MABO Lead 8089856007 trudy_haney@nps.gov;<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SOLICITATION NUMBER N8304090118 is issued as a Request for Proposals (RFP) for equipment see Statement of Work within body of this announcement; to be delivered to Hawaii Volcanoes National Park, Hawaii National Park, Hawaii 96718. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 dated 02/17/2009. THIS ACQUISITION IS CONDUCTED UNDER A TOTAL SMALL BUSINESS SET-ASIDE. The North American Standard Industrial Classification System code is 336120 and the small business size standard is 1000 employees. ---------------------------------------------------------------------------------------------------------------------------------------------- 1). 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: 336120; Small business size standard: 1000 employees. All responsible concerns may submit a quotation, which shall be considered by the National Park Service (NPS). Quoters shall e-mail and/or fax their quotations to Traudel L.Haney at trudy_haney@nps.gov, FAX 808-985-6107. Quotes shall be submitted so as to insure arrival by 2:00 pm Hawaii Standard Time, Friday, April 1, 2009. Address questions regarding this solicitation to Traudel L. Haney, phone 808-985-6007, and/or trudy_haney@nps.gov------------------------------------------------- 2) Contract line item: Line Item No. 0001,---------------Description:---------------Solid Waste Vehicle,------------Quantity: 1 ------------------------------------ Unit Price: $ ________________, Total Price: $ __________________,--------------------------------------------------------------------- 3)Statement of Work/Description: TYPE OF VEHICLE; HAVO, Facility Maintenance, Special Use Vehicle Replacement, Trash Compactor.------------------------------------------------------------------------------------- The following are the Minimum Specification for Replacement of Solid Waste Truck Packer. All specifications requested are chosen considering road conditions, safety andCDL requirements IAW current position description classification.--------------------------a.Specifications: "Vehicle Body Height, should be no more than 14ft. (clearance needed for power/utility lines in housing area) Preference of vehicle color is white. Vinyl entire preferred compared to cloth for easier clean up."Vehicle Body Width, should be no more than 10ft (clearance for vehicle parking space and maneuvering in housing area and other narrow locations in park) "Vehicle Body Length, no more than 22ft (clearance for maneuvering vehicle in housing area, and other limited space areas in park) "Vehicle Total Weight, not to exceed 26000 GVW (Drivers license requirements for current operators Position Classification)"Vehicle Operation Configuration, rear loading (for space savings and limited access."Vehicle Configuration, cab over engine (to save overall length for better turning radius for maneuvering in tight areas in park) "Compactor Capacity, 7-9 cubic yards and 10 maximum capacity (size limit for no more than one week storage of trash in for health reasons)"Engine, minimum is a 6 cylinder diesel fueled (minimum power preferred due to steep roads required to operate in). Diesel is a preferred engine for power and evaluation for potential future conversation to bio-diesel or other green fuel systems. We can also review a submission of powerful hydraulic hybrid diesel engine. "Transmission, automatic (Driver license requirement for current Position Classification)"Brakes, Air brakes (Needed for greater braking while driving down hill with heavy load.) see note."Seating, seats for two persons and drivers air ride seat (For lumbar support while driving in county land fill area which has very poor road condition fill with pot hoes and wash board.)"Safety, large rear view mirrors, back up alarm, fire extinguisher-10lb, warning triangle kit."Maintenance, hop manuals with parts list for both vehicle and rear loader."Warranty; The manufacture guarantees the equipment offered, against material & 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 & labor required to correct manufacturer's defects during the warranty period. To be included is an extended 3 year warranty on the machine.------------------------------------------------------- Hawaii's Volcanoes National Park is a remote Park located approximately 30 miles from the county landfill. The elevation change is from the Park at 4000 ft MSL to a few feet about sea level. Traveling down hill to county land fill with a heavy load from park, with hazardous road conditions alone the route the vehicle should have the Air Brake system as a minimum requirement to handle weight and road condition. Additionally the returning slope necessitates a powerful engine. -------------------------------------------------------------------------------------------------------------------------------- Point of contact for technical discussion is Dan Ortiz C&G, HAVO Maintenance Division (808) 985-6060. Point of contact for contract / solicitation is Traudel Haney (808) 985-6007. All correspondences shall include the SOLICITATION NUMBER N8304090118 within the subject line.--------------------------------------------------------------------------------------------------------------------- 4) Clauses and Provisions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. 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. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the evaluation factors noted below; b) price proposal for contract lines noted above; c) QUOTERS SHALL COMPLETE and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items; d) acknowledgement of any solicitation amendments.------------------------------------------------------------------------------------------------------------------------- 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:--------------------------------------Technical. Capability of the item offered to meet the agency need; product literature, technical features, warranty features. --------------------------------------PAST PERFORMANCE - Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past.----------------------Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating from all sources contacted by the NPS. 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." -------------------------------------- The following provisions and clauses are applicable to this acquisition and are available at www.arnet.gov/far. 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. Clause 52.211-16. FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 53.214-34 Submission of Offers in the English Language, FAR 52.214-35, Submission of Offers in U.S. Currency, FAR 52-219-6 Notice of Total Small Business Set-Aside; 52.211-06, Brand Name or Equal; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with authorities and Remedies; 52-222-1, 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; 52.225-1, Buy American Act-Supplies; 52.225-2, Buy American Act Certificate; 52.225-3, Buy American Act-Free Trade Act-Israeli Trade Act; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52-247-34, F.O.B. Destination. ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------REQUIRED DOCUMENTS MUST BE SUBMITTED WITH THIS RFP for this award. The following are a a short list; however, not all inclusive and refer to body of this solicitation for document requirement:-------------------------------------------------------------------------------------------------------------------------- (1) Description of country of origin for the item; (2) Completed copy of FAR 52.212-3, Offer or Representations and Certifications-Commercial Items (not required if registered in ORCA). The response due date is April 1, 2009, Hawaii Standard Time 1200 hr noon. ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Important Note: The successful Contractor must be registered at www.ccr.gov (Central Contractor Registry) in order for award to be made. The Government reserves the right to cancel this solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e2daed06ae51c1134b66e28588d7c856&tab=core&_cview=1)
- Place of Performance
- Address: Hawaii Volcanoes National Park<br />
- Zip Code: 967180052<br />
- Zip Code: 967180052<br />
- Record
- SN01759429-W 20090303/090301213059-e2daed06ae51c1134b66e28588d7c856 (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 |