SOLICITATION NOTICE
25 -- Walters Snow Plow Axle Replacement
- Notice Date
- 7/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - BICA - Bighorn Canyon National Recreation Area PO BOX 7458 ( 5 Avenue B ) Fort Smith MT 59035
- ZIP Code
- 59035
- Solicitation Number
- P11PS12284
- Response Due
- 8/22/2011
- Archive Date
- 7/21/2012
- Point of Contact
- Jay G. Tobin Contract Specialist 4066663321 Jay_Tobin@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
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. It is being issued as Request for Quotation (RFQ) P11PS12284. The National Park Service, Yellowstone National Park, has a requirement to replace the front and rear axle assembly, gear drop box, rims, and tires for a 1977 Walters Snow Fighter Plow (Model # NDUS - VIN# 6808). This is a full and open competitive acquisition. All responsible business concerns may submit a quotation which will be considered by the National Park Service. QUOTES ARE DUE for this combined synopsis/solicitation on August 22, 2011 at 4:30 PM Mountain Time, and shall be delivered by the specified time to the National Park Service, Bighorn Canyon National Recreation Area, 5 Avenue B (P.O. Box 7458), Ft. Smith, MT 59035, ATTN: Contracting Officer. Quotes may be faxed to 406-666-2415 or emailed to Jay_Tobin@nps.gov ; no oral quotations will be accepted. All questions regarding this solicitation should be emailed to Jay_Tobin@nps.gov. No telephone questions will be accepted. Offers will be evaluated on the basis providing the best value to the Government as detailed below in the addendum to FAR Provision 52.212-1. Any award resulting from this solicitation will be a Firm-Fixed-Price type contract. SCOPE OF WORK Yellowstone National Park Fleet Maintenance has a requirement to replace the front and rear drive axle assemblies on a Walter's Snow Fighter Snow Plow, which is used to remove snow from Park service roads during spring opening operations. The project is comprised of one line item: CLIN 0001: Contractor shall provide all required parts, materials, supplies, labor, supervision, plant, equipment and transportation of the Walter's snow plow to the contractor's facility and return to Mammoth Hot Springs, WY in order to replace the front and rear drive axle assemblies and retun the snow plow to service. Axle assembly 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. Contractor shall perform the following specific tasks: - Measure and evaluate Walter's axles currently on Plow - Provide project plan and schedule to complete in a timely and efficient manner - Provide axles that have the same performance characteristics as axles currently being used - Provide specifications on replacement axle assemblies - Provide for the removal of old axle assemblies - Provide for the production of new axle assemblies - Provide for the installation of the new axle assemblies - Contractor shall provide transportation of the Walters Snow Plow to and from service center CLAUSES AND PROVISIONS Offerors must review and comply with the FAR Provisions/Clauses which apply to this solicitation. The full text of these may be accessed electronically at the website: https://www.acquisition.gov/far/. The following provisions and clauses are specifically referenced in this acquisition and are required in the response to this solicitation. They will remain in full force in any resultant award: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUNE 2008), is included in its entirety by reference herein and supplemented to include the following additional information: A formal SITE VISIT will not be conducted; however, prior to submitting their quote, contractors are encouraged to inspect the snow plow at the Mammoth Garage, Monday thru Thursday, 7:00 am through 5:30 pm. (Appointments are required.) Please call Randy Froelich at 307-344-2322 to schedule an appointment. Digital photographs of the snow plow and axles can be obtained by e-mail from Jay_Tobin@nps.gov. SUBMITTALS Offerors are to submit the following information for review and evaluation by the Government. 1. Delivery Schedule Submit a project plan and timetable for completing the project based on an expected award date of 09/01/2011. There is a limited window of opportunity to complete this project while the snow plow is out of service; work must be completed in sufficient time for it to return to service in the spring of 2012. 2. Prior Experience "Prior Experience" is differentiated from "Past Performance" in that this is factual, documented information about specific work the contractor has performed, which indicates technical ability to accomplish the work. Provide descriptions of three projects your company has completed within the last three years that are similar to this project in scope and nature, and which demonstrate the technical capability and responsibility to complete this project in a timely and effective manner. This should also include information about key personnel that documents their qualifications and experience relative to the work that will be performed. Particular attention should be paid with regard to the ability to align the axles to the frame and ensure proper vehicle tracking. 3. Past Performance Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. Provide references for the projects submitted above including name, phone number and email. Provide any ratings, awards, letters, etc. which support past performance on these projects. The government may use other tools such as CPS, CPAR, CCASS, PPIMS & Dun and Bradstreet to gather additional documentation of past performance. End of Provision; 52.212-2, EVALUATION OF COMMERCIAL ITEMS, Paragraph "a" of the provision is hereby amended with the following: "The Government reserves the right to evaluate quotes and award a contract without discussions with offerors; therefore, each offer shall contain the Contractor's best terms from a technical and price standpoint. Offers will be evaluated on the basis of providing the best value to the Government; the Government may accept other than the lowest priced offer when the perceived benefits of a higher priced offer merit the additional cost. The non-price evaluation factors (schedule, experience and past performance) are of relatively equal performance, and when combined are considered to be significantly more important than cost or price in the overall evaluation." End of Provision; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror shall include a completed copy of this provision with their quote, or state that they are located on website: https://orca.bpn.gov; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS;The following clauses are added as an addendum to 52.212-4:FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE;FAR 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including 52.222-3, Convict Labor, 52.225-13, Restriction on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, and incorporating the following Paragraph (b) clauses: 52.219.06, Notice of Total Small Business Set-Aside; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-01, Buy American Act (Supplies); 52.232-33, Payment by Electronic Funds-Central Contractor Registration; EXECUTIVE ORDER 13513 - PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING. Prospective contractors shall be registered in the electronic Central Contractor Registration Database (www.bpn.gov/ccr) prior to award of a government contract. Offerors are further advised that failure to register in this Central Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. QUOTES ARE DUE for this combined synopsis/solicitation on August 25, 2011 at 4:30 PM SUBMIT TO: Quotes may be faxed to 406-666-2415 or emailed to Jay_Tobin@nps.gov ; no oral quotations will be accepted. DATE: ____________________________________________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: ______________________________________________________________ Business Phone: _______________________________ FAX: ___________________________ Email Address: ___________________________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ CLIN 0001, (Lump sum):$______________________ Discount/payment/prompt payment terms: __________________________________________ End of Combined Synopsis/Solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS12284/listing.html)
- Place of Performance
- Address: Yellowstone National ParkMammoth Hot Springs, WY
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN02508347-W 20110724/110723013201-a6551e9f29b500fc065b4f57e9253989 (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 |