Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOLICITATION NOTICE

23 -- Glacier National Park Sprinter Bus Replacement

Notice Date
7/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - GLAC - Glacier National Park GLACIER NATIONAL PARKP.O. Box 128 WEST GLACIER MT 59936
 
ZIP Code
59936
 
Solicitation Number
P12PX22940
 
Response Due
8/7/2012
 
Archive Date
7/20/2013
 
Point of Contact
Kristen L. Golder Contracting Officer 4068885826 Kristen_Golder@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
1. GENERAL INFORMATION 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. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1435120039. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-58, Effective 18 May 2012 and are available in full text through Internet access at http:// www.acquisition.gov/far/. The North American Industry Classification System (NAICS) code is 336211. QUOTES ARE DUE for this combined synopsis/solicitation on August 7, 2012, at 2:00 PM Mountain Daylight time and shall be delivered by the specified time to Glacier National Park, PO Box 128, West Glacier, MT 59936. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to the attention of Kristen Golder at 406-888-7868 or emailed to Kristen_Golder@nps.gov. To be considered for award, vendors must be registered in the Central Contracting Registration (CCR), www.ccr.gov and that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation shall emailed to Kristen Golder. 2. REQUIREMENT Glacier National Park Facility Management needs a sprinter bus to replace a bus no longer working. Quoted Item shall be delivered to Glacier National Park, West Glacier, MT 59936. The government anticipates a Firm Fixed Price contracts as a result of this combined synopsis/solicitation. The following are the specifications required. All offerors shall note the specifications are written for the safety of our passengers that travel the Going to the Sun Road. Restrictions on the Going to the Sun Road are due to the unique terrain of the area. The length restriction is no more than 21 foot and the height can me no larger than Specification: Specification of transit Shuttle Sprinter Buss 170" WB Turning Diameter (ft) Wall to Wall 54.6 Ground To Sliding Door Step - Side 21.2 Inches Load Height Rear/0 Door Opening - Side (Height) 80 Inches Door Opening - Rear (Height) 72.4 Inches Door Width - Side 38 Inches Door Width - Rear 70.1 inches Cargo Bed Length 185 Inches Cargo Width at wheelhouse 0 inches Maximum Width at Floor 70.1 Inches Interior Height 75 Inches Cargo Volume (cu ft) 494 Maximum Available GVWR (lb) 11,030 Maximum Towing (lb) 5000 Fuel Tank Capacity (gal) 26.4 Max Seating Capacity Up to 15 people Standard 16" wheels improved safety and handling EPA / CARB 2010 compliant 6 cylinder, V72 4 valve per cylinder Horsepower: 188 hp at 3800 rpm Torque: Rated Torque 325lb - ft at 1400 - 2400 rpm Electronically controlled direct injected with common rail Turbocharger and intercooler function Fuel Type: Ultra-Low-sulfur diesel Transmission: 5 - Speed automatic transmission Rear - Wheel Drive Battery: Battery 12Volt 100 AH, alternator 200A Rack and Pinion Steering for excellent responsiveness, control and maneuverability plus 4-wheel disc brakes. Independent front suspension with reinforced leaf springs The following specifications are specific to communications systems in Glacier National Park. They have to be compatible with current systems in use. Motorola Astro Spectra Radio Interior Bus Sign (Sunrise Sign Model #NXTP7X962M/J1587 with firmware version #951122) Wheel Chair Lift If quoting an equal product vendor must provide manufacturer specifications of the item quoted with their quote by the closing date of the request for quote or the quote shall not be considered Quotes due:August 7 2012, by 2:00 PM Mountain Daylight time Submit to:Kristen_Golder@nps.gov or fax to the attention of Kristen Golder at 406-888-7868 Date:______________________ Business Name: ________________________________________ Business Address: ______________________________________ _____________________________________________________ DUNS:______________________________________________ Business Phone: _______________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offerer Name: ________________________________________ *Quoted price shall include delivery of the Sprinter Bus to Glacier National Park Line ITEM 0001 Please provide total pricing for a sprinter bus with all of the options stated in this section under Specification and delivery to Glacier National Park, West Glacier 59936. Total Price Including the Bus and Delivery: $_______________ 3.CLAUSES AND PROVISIONS Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Evaluation factors include [a] price; [b]technical capability [c] past performance supported by documentation and references. When technical capability and past performance are combined, they are less important than price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.219-14 Limitations on Sub Contracting 52.219-27 Notice of Service-Disabled Veteran Owned Small Business Set-Aside 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.225-1 Buy American Act-Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration 52.223-18 Contractor Policy Ban Text Messaging while Driving 52.246-16 Responsibilities of Supplies 52.252-2 Clauses Incorporated by Reference DOI LOCAL CLAUSE - IPPDOI LOCAL CLAUSE - ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INTERNET PAYMENT PLATFORM (IPP) (SEPTEMBER 2011) APRIL 2012 Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment Request means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Condition - Commercial Items including in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [CO to edit and include the documentation required under this contract]: ______________________________________________ ______________________________________________ ______________________________________________ ______________________________________________ ______________________________________________ The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). 52.211-6 Brand Name or Equal. (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PX22940/listing.html)
 
Place of Performance
Address: Glacier National ParkP.O. Box 128West Glacier, MT
Zip Code: 59936
 
Record
SN02810034-W 20120722/120720235028-f50c1e0c84d4e41186cbbe9923c85ef1 (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.