Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

23 -- Supply and Deliver Two Snowmachines

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
ARO - AKRO ALASKA REGIONAL OFFICE 240 West 5th Avenue ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
P11PS36398
 
Response Due
9/22/2011
 
Archive Date
9/13/2012
 
Point of Contact
James M. Bowers Purchasing Agent 9076443307 James_Bowers@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
THIS IS A COMBINED SYNOPSIS/SOLICITATION. NO FURTHER SOLICITATION WILL BE ISSUED. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. P11PS36398 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations. (iv) This procurement is being issued as Small Business Set-Aside under NAICS code 441210 with a Small Business Size Standard of $30. Million. (v) The contractor shall provide the following items: 1) Polaris 600 RMK (Or Equal) 2 each Salient Characteristics: Color, White or Black Engine / powertrain: 2-stroke, 2 cylinder engine no less than 594 cc, liquid cooled. Drive / Driven clutch to not engage higher than 4,000 rpm's. Small / Large sprocket ratio of 19 / 49 (or equivalent ratio / track speed). Dimensions: Dry weight no more than 455 lbs (estimate). Track width, length and height to not exceed: 16" x 144" x 2.5". Adjustable ski stance of 35' to 39" /or/ 39" to 41". Suspension: Adjustable dual A-arms (front), with HPG or equal coil spring shocks, minimum of 8" of travel. Rear suspension using HPG (or equal) shocks with minimum of 13" travel. (the 2 base machines will be equipped with the following options)Front A-arm guards, Skid pan, Mid-height windshield, Premium canvas travel / storage cover Handlebar j-hooks and mountain strap, Heated throttle lever and grips, Electric start Speedometer, tachometer, fuel gauge, temperature gauge, Narrow / freestyle seat for 1, with storage compartment, Under seat storage bag, Carbide runners for skis, J-type tow hitch for sled Additional Purchase Requirements: Parts and Service Manuals: One copy for each unit sold, of an Operators Manual; and one copy each, of a dealership standard Parts Manual and Shop Repair / Service Manual shall be provided by the Manufacturer. These manuals shall be boxed and delivered with the machines. Warranties: Standard Manufacturer's Warranty shall be included by the Manufacturer. Paper copies of the warranty certificates shall be included with the operators, parts and service manuals when shipped from the manufacturer to Denali National Park. Dealer Preparation: With the intent of initiating a sound long-term working relationship between the end-user (National Park Service, Denali National Park) and the Manufacturers local affiliate, the final equipment prep shall be done by an Alaska based Dealership (the Manufacturer's in-state representative for their products) in preparation for shipping to a sub-arctic environment. To hold future travel concerning this equipment to minimums the dealer prep should be initiated with a business local to Denali National Park & Preserve. Delivery: Complete shipping address is Denali National Park & Preserve, Mile 234 Parks Highway, Alaska. Delivery of the completed and prepped units shall be made no later than November 5, 2011. Brand name or Equal please provide specification cut sheet if different than requested item. To qualify for consideration as an Or Equal product, each of the Salient Characteristics shall be met or exceeded. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation -- Commercial Items applies. Quotes will be evaluated on lowest price technically acceptable (LPTA). (x) Offerors must include a completed copy of the provision at, 52.204-8, Annual Representations and Certifications and submit with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.222-3, Convict Labor 52.219-6, Notice of Total Small Business Set-Aside 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities 52.225-01, Buy American Act, 52.225-13, Restriction on Certain Foreign Purchases 52.204-7--Central Contractor Registration, 52.209-5--Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.209-6--Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.232-33-Payment by Electronic Funds Transfer--Central Contractor Registration, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, F.O.B.- Destination. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov prior to an award being made. Award will be made to the responsive, responsible vendor meeting all the requirements above at the lowest price. Offerors shall submit quotes to James Bowers no later than 22 September 2011, 3:00 AST. Contractors may Email quotes via email address James_Bowers@nps.gov or fax quotes to 907-644-3802, Please include the solicitation number P11PS36398 in the subject line. Questions may be directed to James Bowers via phone (907)644-3307, or fax or email address above. Contracting Office Address: National Park Service, Alaska Regional Office (ARO) 240 West Fifth Avenue, Anchorage, AK 99501
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS36398/listing.html)
 
Place of Performance
Address: Denali Park, AK
Zip Code: 99755
 
Record
SN02576050-W 20110916/110914235959-9d0adef2ce8639965f768ef4390527c1 (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.