Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2011 FBO #3575
SOLICITATION NOTICE

38 -- Road Sweeper

Notice Date
9/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mountain Road Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
P11PS65634
 
Response Due
9/12/2011
 
Archive Date
9/5/2012
 
Point of Contact
Brian Peck Contract Specialist 6055743132 Brian_L_Peck@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
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is P11PS65634, and the solicitation is issued as a Request for Quotation. This acquisition is 100% set aside for small business concerns. The NAICS code is 333120, Construction Machinery Manufacturing; the associated small business size standard is 750 employees. 2. The Government contemplates award of a firm fix-priced contract resulting from this solicitation. 3. DESCRIPTION: Road sweeper, mobile and self-propelled, designed for mobile sweeping operations on park highways, access roads (both two and one lane roads with no cul-de-sack), intersections and parking areas. The sweeper will need to travel and operate on South Dakota roads and highways without requiring special permits or commercial driver license (CDL). This includes a U. S. Highway, a State Highway, secondary routes, one-lane access roads, parking areas, pullouts and observation sites. Some of these sites are over ten miles from the maintenance facility. Many of these areas will have limited, tight turning and no turn around opportunity. The sweeper will remove debris, gravel, vegetation, snow and ice sand from roadways, curbs and parking areas year round. The sweeper will be towed to some scheduled job sites via dump trucks and to nearby National Parks. Specifications: 1.Tier III compliant diesel engine, minimum 80 HP2.Fully Hydrostatic Transmission3.Minimum GVRW: 5,000 lbs.4.12-volt electrical system5.Enclosed, sealed cab6.Rollover protection structure tested to SAE J10407.Interchangeable front and rear wheels8.Capable of being towed with no disassembly of any part9.Travel speed up to 30 MPH10.Capable of tow speeds up to 45 MPH11.Maximum inside turn radius of 14 feet12.Low profile water tank with spray bar and pump13.Broom: 90 inch minimum width, 30 inch minimum diameter14.Debris deflecting brush shield15.Sweeping angels from 45 degrees left to 45 degrees right16.Lead-free, high-visibility paint17.Spare tire with mount18.One complete set of replacement brushes19.Tow bar with safety chains20.Parts book and operator instruction manual21.Provide 3 hours of onsite operator and maintenance training within 14 days of delivery Provide product literature with offer including specifications and warranty information. 4. PROVISIONS AND CLAUSES: The following FAR provisions and clauses are incorporated by reference. Full text versions can be found at https://www.acquisition.gov/far/: FAR 52.212-1, Instructions to Offerors - Commercial ItemsFAR 52.212-3, Offeror Representations and Certifications - Commercial ItemsFAR 52.212-4, Contract Terms and Conditions - Commercial Items The clause at 52.212-05 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Within this clause, the following clauses are checked indicating they apply to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.219-6, Notice of Total Small Business Aside, Alternate I52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-19, Child Labor-Cooperation with Authorities and Remedies52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers with Disabilities52.223-18, Contractor Policy to Ban Text Messaging while Driving52.225-1, Buy American Act-Supplies52.225-13, Restrictions on Certain Foreign Purchases52.232-33, Payment by Electronic Funds Transfer 5. SUBMITTING QUOTES: All vendors intending to conduct business with the National Park Service must be registered and current in the Central Contractor Registration (CCR) database (https://www.bpn.gov/ccr/default.aspx) and the Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov/) prior to award. Any questions regarding this solicitation must be submitted in writing (fax or email) to the point of contact below. Quotations must be received no later than September 12, 2011, 2:00 PM MST. Offers must be accompanied by the following information: Date: _______________ Name of Firm: ________________________________ Address: ________________________________ DUNS Number: ___________________ Contact Name: ___________________ Telephone Number: _______________ Fax Number: _______________ Email Address (if available): ________________________________ Quotes will be accepted via email or fax. Submit quotes to: Brian Peck MWR NEKOTA MABO24290 Doane Mountain RdKeystone, SD 57751Email: BRIAN_L_PECK@NPS.GOVFAX: 605-574-9077 The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS65634/listing.html)
 
Place of Performance
Address: Wind Cave National Park, 26611 US Highway 385, Hot Springs, SD 57747-9430
Zip Code: 57747
 
Record
SN02564113-W 20110908/110907000159-2fc21b35b4987e4402615344f569ca23 (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.