Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

24 -- Tractor and Implements, Fort Davis National Historic Site, Texas

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - CAVE - Carlsbad Caverns National Park 3225 National Parks Highway Carlsbad NM 88220
 
ZIP Code
88220
 
Solicitation Number
N7220090101
 
Archive Date
9/2/2010
 
Point of Contact
Carole R. Bryant Contract Specialist 5752346704 carole_bryant@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - This project is being funded through the American Recovery and Reinvestment Act. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 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. This requirement is being issued as a Request for Proposal (RFP) No. N7220090101. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-30. FAR clauses and provisions are available through internet access at www.acqnet.gov/far. This solicitation is not restricted to small business. Contractors on GSA Federal Supply Contracts are urged to provide a proposal also. A firm, fixed price contract will be awarded for these Commercial Items. A. Description of Items Required: Fort Davis National Historic Site has a requirement for: (1) a new tractor equivalent to a John Deere 5425, 4x4, enclosed cab with cold weather package and air conditioning, 12/12 power reverse transmission, telescoping draft link, mechanical link, quick coupler, front/rear weight support, mirror on left and right side, antenna, beacon light, back-up alarm (2) Self leveling loader with 73" bucket compatible with tractor. (3) A minimum of two (2) days of operation and safety training for tractor and all implements. Contractor must be willing to take the following equipment in on trade: (1) 1992 Case Tractor, Model 4210 with 2112 hours, tires in fair condition (2) Case Loader, Model 2255 with bucket, mounted on tractor. Good condition. (3) John Deere Rear Blade, Model 115, 8' width. Good condition. (4) Two (2) John Deere Flail Mowers, Model 25A. One is in good condition, one for parts. The following implements are required and must be compatible with the tractor proposed: (1) Mower, equivalent to the John Deere Bat Wind HX15 w/540RPM, stump jumper and suction blades (2) Boom Mower, equivalent to the John Deere EZ Mount HD1549 (3) 8' Rear Blade equivalent to the RHINO 950 (4) Pallet forks for front-end loader bucket equivalent to JD Carrier Frontier. B. Delivery Address: Fort Davis National Historic Site, Lt. Flipper Drive, Ft. Davis, Texas 79734 C. FAR 52.121-2, Evaluation-Commercial Items is applicable. The Government will award a contract resulting from this Combined Synopsis/Solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All evaluation factors other than cost or price, when combined are approximately equal to cost or price. The following factors shall be used to evaluate offers: 1. Price2. Past Performance - durability of product3. Past Performance - timeliness in delivery4. Past Performance - warranty, training provided Offerors wishing to respond to this RFP must provide the following: 1. Offeror pricing shall be provided on plain bond paper with company identification clearly visible. A price must be provided for each item of equipment and trade-in values shown for each trade-in item. 2. Offeror must provide full specifications for each item offered with photographs if possible. 3. Offeror must provide company name, official point of contact, DUN's Number, TIN Number, full address, telephone and fax numbers and email address. The following FAR provisions and clauses are applicable to this acquisition, these clauses can be accessed through the website http://www.acqnet.gov/far: 52.204-11 American Recovery and Reinvestment Act - Reporting Requirements52.203-15 Whistleblower protections52.212-1 Instruction to Offerors - Commercial Items52.212-2 Evaluation - Commercial Items52.212-3 Offeror Representations and Certifications - Commercial Items52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number52.204-7 Central Contractor Registration52.222-3 Convict Labor52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.225-1 Buy American Act - Supplies52.232-1 Payments52.232-33 Payment by Electronic Fund Transfer52.232-2 Service of Protest52.232-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.244-6 Subcontracts for Commercial Items52.246-2 Inspection of Supplies - Fixed Price52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contractor Registration (CCR) government system prior to award to be eligible for award of government contracts. The link can be found at http://www.ccr.gov. Contractors are also required to provide on-line representations and certifications at http://orca.bpn.gov. All questions for this solicitation must be emailed to carole_bryant@nps.gov. Offers are due Friday, September 18, 2009 by 4:30 pm MDSt. Proposals must be mailed to Carole Bryant, National Park Service, 3225 National Parks Highway, Carlsbad, New Mexico 88220. All responsible sources may submit an offer which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N7220090101/listing.html)
 
Place of Performance
Address: Fort Davis National Gistoric Site, Texas
Zip Code: 797340001
 
Record
SN01937997-W 20090904/090903001223-6da92c7bcf847a592f0b6377670222be (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.