Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2010 FBO #3310
SOLICITATION NOTICE

25 -- Walters Axles Replacement, Yellowstone National Park.

Notice Date
12/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574102121
 
Response Due
12/30/2010
 
Archive Date
12/15/2011
 
Point of Contact
Andy H. Fox Contract Specialist 3073442149 andy_fox@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
Total Small Business
 
Description
Walters Axles ReplacementYellowstone National Park12/15/2010 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 #Q1574102121. 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, as supplemented with additional information included in this notice. This small business set-aside procurement is being issued in accordance with the procedures in FAR Part 12 FAR Part 15 and FAR Subpart 16.5. 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: 336350; Small business size standard: 750 Employees. This acquisition is a Total Small Business Set Aside. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). Address questions regarding this solicitation to Andy Fox at Andy_Fox@nps.gov or 307-344-2149; or Andrea Brew at Andrea_Brew@nps.gov or 307-344-2859. 2) STATEMENT OF WORK: 1.0SCOPE OF WORK:Yellowstone National Park Fleet Maintenance has a requirement to replace the front and rear drive axles on a Walter's Snow Fighter Snow Plow2.0BACKGROUND:Yellowstone National Park Fleet Maintenance currently uses the Walter's Snow Fighter to remove snow from Park service roads during spring opening operations.3.0DESCRIPTION:The National Park Service will award a commercial item contract to provide front and rear replacement axles for a 1977 Walters Snow Fighter Plow. (Model # NDUS) (VIN# 6808). Axle requirements will be (Name brand or equal)"The Walter's axle is a full floating DeDion type with a final gear reduction at the wheel hub. A spur gear, mounted to the gear housing (planetary) and connected to the axle shaft, drives an internal ring gear bolted to the wheel hub"Walter's part number for the front axle (Engineering number 0016580)--(Production number AV-201) (Front axle assembly number UB-200-5) "Walter's part number for the rear axle (Engineering number 0000760)-(Production number USC-301)-(Rear axle assembly number USC-300)"Tire size 14.00/24 "The Walters Snow Plow is a full time four wheel drive with limited slip to all wheels.4.0TASK / OBJECTIVES:"Measure and evaluate Walter's axles currently on Plow"Provide axles that have the same characteristics as axles currently being used"Provide specifications on replacement axles"Provide offer on the removal of old axles "Provide offer on the replacement cost of new axles"Provide offer on the installation cost of the new axles"Contractor shall provide transportation of the Walters Snow Plow to and from service center5.0GOVERNMENT REVIEW:Yellowstone National Park will monitor the contractor's performance under this contract.5.1Inspection addendum for in process of axle replacement 5.2Onsite inspections for delivery date and work performance6.0HOURS OF OPERATION:The Walters Snow Plow will be available for onsite visits and axle measurements at the Mammoth Garage Monday thru Thursday 7:00 am through 5:30 pm. (Appointments are mandatory)Required Delivery Schedule: These Walters Axles (or equal) are required to be delivered and installed by 1/30/2011. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far. Provision 52.252-1, Solicitation Provisions Incorporated by Reference, applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer. Provision 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. This contract incorporates one of more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 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: "The Government will evaluate proposals per the procedures noted in Part 13 of the Federal Acquisition Regulations. The Government may elect to accept other than the lowest priced proposal when the perceived benefits of a higher priced proposal merit the additional cost. Award will be made to the responsible offeror whose proposal conforms to the solicitation requirements and provides the best value to the Government. The value of proposals shall be evaluated based upon price and the following non-price factors: 1) Delivery Date: Work performed as per the technical requirements within the time restraints set by Yellowstone National Park Vehicle Maintenance. Please provide a delivery schedule for evaluation.2) Past Performance: Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. Offerors shall submit a list of 3 past performance references (either Government or commercial customers) who have received items similar to the requirements stated in the attached specification and delivered within the last 5 years, or in progress, for past performance evaluation purposes. This information must clearly demonstrate ability to successfully accomplish projects in a timely manner, utilize resources and work with Yellowstone National Park Fleet Maintenance. The following CURRENT information MUST be provided: (1) Name of organization, (2) Current Point of Contact, Email Address and Phone Number, (3) Contract Number, (4) Brief description of the equipment provided and (5) Contract Value. The NPS will evaluate offeror's past performance based on contacting references, the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources may include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses.3) Experience: Furnish resume information of all individuals who will occupy key planning and leadership functions on this project. Resume information should provide the minimum amount of information and address the following:"Description of duties and responsibilities for key personnel"Professional registrations, licenses, certifications, accomplishments, or other pertinent information that demonstrates ability to perform work spelled out in this contract."Ability to perform axle installation including alignment of axles with regards to frame placement to insure vehicle tracking. (Types of tools and equipment used to accomplish this task).Pricing: The Government will analyze proposed prices to determine if they are fair and reasonable. The Government is prohibited from awarding a contract to an offeror unless their proposed prices are determined to be fair and reasonable. Basis for Award: The basis for award will be best value, which will be based on consideration of the following factors: 1) Delivery Date, 2) Past Performance and 3) Experience, which are in descending order of importance. In the evaluation of proposals, all evaluation factors other than cost or price (listed in this provision), when combined, are considered to be more important than cost or price. The Government intends to evaluate proposals and award a Contract without discussions. Therefore, each initial offer shall contain the Contractor's best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer if they do not have an active listing in ORCA (Online Representations and Certifications), which is located at https://orca.bpn.gov. 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: 52.222-50, 52.233-3, 52.233-4, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41, 52.222-42 and 52.222-44. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while DrivingExecutive Order 13513, Federal Leadership On Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. 4) PROPOSAL: Solicitation: Q1574102121, Walters Axles Replacement, Yellowstone National ParkDue: 2:00 pm Mountain Time, Thursday, December 30, 2010Submit to: E-mail: Andy_Fox@nps.gov or Fax: 307-344-2079, or by mail at PO Box 168, YNP, WY 82190. DATE: _____________________________________________________________________________________; CONTRACTOR: ______________________________________________________________________________; ADDRESS: _________________________________________________________________________________; DUNS Number: ______________________________________________________________________________; Contact Name: ______________________________________________________________________________; Phone: _____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: _____________________________________________________________________________________; Base Proposal Line Items: Line Item #: 1, Walters Axles (or equal), Quantity: 2 EA, Unit Price: $________________ ; Extended Price: $________________ ; Line Item # 2, Installation of Axles (includes pickup and delivery to Mammoth), Quantity: 1 LS, Unit Price: $_______________;Extended Price: $_________________; Total: $ __________________ INSTRUCTIONS FOR PROPOSAL CONTENT: Volume I shall address the specification SEQUENTIALLY and shall demonstrate your capability to perform all specifications (if responses are located in accompanying product literature, please cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Vendor to comply with sequentially addressing all specification or simply restating requirements or noncompliance with any of the RFQ instructions may result in your proposal being rejected and eliminated from further consideration. PROPOSAL PAGE LIMIT: The page limit for Volume I is 30 pages on an 8x11 sheet. Brochures and product literature are included in the page limit. Cover letter, Representations and Certifications (52.212-3) are not included in the page limit. The page limit for Volume II is 5 pages on an 8x11 sheet, with a font size of 10-12. PROPOSAL SUBMISSION: Please submit your proposals in two separate volumes. Volume I shall contain all non-price factors (i.e. Delivery Date, Past Performance, and Experience). Volume II shall contain Price information only. Submit both volumes to the attention of the Contract Specialist, Mr. Andy Fox. Please submit: (1) One original and one copy of Volume I. (2) One original and one copy of Volume II. If being submitted by email the correct number of copies will be printed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574102121/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY.
Zip Code: 82190
 
Record
SN02344375-W 20101217/101215233949-8d78677b6170445d6ea93656043e11d5 (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.