Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
SOLICITATION NOTICE

23 -- Propane Powered Vans - Attachment

Notice Date
5/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
NPS, NER - NE MABO Boston National Historical Park Charlestown Navy Yard Building I-1 Boston MA 02129-4543 US
 
ZIP Code
00000
 
Solicitation Number
P15PS00873
 
Response Due
6/8/2015
 
Archive Date
6/23/2015
 
Point of Contact
BARCELEAU, DAVID A
 
Small Business Set-Aside
N/A
 
Description
P15PS00873 Brand Name Justification This is a combined synopsis/solicitation for commercial supplies 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; quotations are being requested and a written solicitation will not be issued. The solicitation Number is P15PS00873 and is issued as a Request for Quote (RFQ) under Federal Acquisition Regulation (FAR) Parts 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82. The FAC is available at https://www.acquisition.gov/FAR. This is solicited as Full and Open Competition under NAICS code 336112, Light Truck and Utility Vehicle Manufacturing, with a U. S. Small Business Administration size standard of 1,000 Employees. A Brand Name Justification for Ford and Roush CleanTech attached pursuant to FAR 5.102(a)(6), Publicizing Contract Actions - Availability of Solicitations is attached. A current Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/ (formally CCR and ORCA). The Government anticipates awarding a Firm-Fixed-Price (FFP) purchase order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is the lowest price offer that meets the requirements of the specifications described in the solicitation, to include the required delivery. Delivery is F.O.B. Destination; Acadia National Park, Bar Harbor, ME. Line Item Number 00010: At a Firm-fixed-price, furnish and deliver two 2014 Ford E-series Alternative Fuel, 1 Ton 15 Passenger Vans: Propane Autogas (LPG) Dedicated Propane Autogas Fuel System (ROUSH CleanTech) in accordance with the specifications found in the Addendum to solicitation clause 52.212-4, Contract Terms and Conditions - Commercial Items. The provision at 52.212-1, Instructions to Offerors -- Commercial, with Addendum, applies to this acquisition. 52.212-1 Addendum: DETAILED INSTRUCTIONS ON SUBMITTING YOUR QUOTE: 1) Review complete project documents for Request for Quotation (RFQ), including all clauses and attachments listed in the project documents. 2) Electronic quote shall be accepted for this solicitation. Facsimile quotes shall not be accepted. Quotes shall be e-mailed to David_Barceleau @nps.gov by the due date of Friday, June 08, 2015, at 2:00 p.m. Eastern Time. 3) A complete quote shall include contractor active registration in the System for Award Management at www.sam.gov, completed representations and certifications within the system and a completed and signed SF-1449. FAILURE TO SUBMIT A COMPLETE QUOTE MAY RESULT IN REJECTION OF YOUR QUOTE. 4) Submit questions via email to David_Barceleau@nps.gov (End of Addendum) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The Contracting Officer has not listed any end products or countries of origin in paragraph (i) of this provision. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, with Addendum, applies to this acquisition. Addendum to 52.212-4 SPECIFICATIONS Furnish two 2014 Ford Alternative Fuel, 1 Ton 15 Passenger Vans: Propane Autogas (LPG) Dedicated Propane Autogas Fuel System (ROUSH CleanTech). Description: ROUSH CleanTech liquid propane autogas fuel system, 2014 E-series. Fuel Type: Liquid propane gas (LPG); referred to as propane autogas in vehicle applications. General Specifications: * Engine: Ford 5.4L V8 * Ford Factory Gaseous Prep Engine Package "98F" is required. * Horsepower: 255 HP * Torque: 350 lb-ft * Transmission: 4-Speed Automatic * Payload: Equivalent to that of a similarly equipped gasoline or diesel vehicle. Max GVWR 9,500 lbs. * Compliance: EPA, NFPA-58, FMVSS, NHTSA, Ford QVM, and State of Maine Emissions Standards. Fuel Tank Options: Mid-Ship 25 gal (Underbed) Delivery and Time Required: Deliver to a dealership for prep and government pickup within 100 Miles of Bar Harbor Maine within 8 months. Modifications Required: The ROUSH CleanTech propane autogas fuel system is a "dedicated" propane autogas system, which replaces the factory Ford gasoline or diesel fuel system. Primary components include fuel tank, fuel lines, fuel rail and injectors, and recalibration of the Powertrain Control Module (PCM). ROUSH CleanTech, or a ROUSH CleanTech-authorized vehicle upfitter, will install the ROUSH CleanTech propane autogas fuel system, and deliver the vehicle service-ready through the Ford dealer of choice. Gasoline Equivalent Mileage: Mileage ranges from 15% to 25% lower fuel economy than gasoline or diesel due to lower BTUs in propane. Description of Warranties: The vehicle maintains the OEM Factory Warranty for all propane autogas fuel systems. For pre-titled vehicles, the warranty period for non-emissions ROUSH CleanTech part(s) comprising the ROUSH CleanTech propane autogas fuel system is limited to 5 years / 60,000 miles, whichever occurs first, after the Warranty Start Date of the vehicle. (End of Addendum) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR provisions are cited: 52.204-10, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. The following clauses apply to this acquisition: 52.203-17, 52.204-18, 52.232-40, and 52.252-2 Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or 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. Also, the full text of a clause may be accessed electronically at this/these address(es): For Federal Acquisition Regulation (FAR) Clauses and Provisions (those starting with "52.") see http://farsite.hill.af.mil/vffara.htm. For Department of the Interior Acquisition Regulation System (DIARS) Clauses and Provisions (those starting with "14") see http://farsite.hill.af.mil/vfdiara.htm. (End of clause) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing 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 Conditions - Commercial Items included 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: Upload Invoice on company letterhead. 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 SAM 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 Template) The following provisions apply to this solicitation: 52.204-7, 52.204-16, and 52.204-17 Ownership or Control of Offeror. (NOV 2014) (a) Definitions. As used in this provision- Commercial and Government Entity (CAGE) code means- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Contractor and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as an NCAGE code. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. (b) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. (c) If the Offeror indicates "has" in paragraph (b) of this provision, enter the following information: Immediate owner CAGE code: [ ] Immediate owner legal name: [ (Do not use a "doing business as" name)] Is the immediate owner owned or controlled by another entity?: [ ] Yes or [ ] No. (d) If the Offeror indicates "yes" in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: [ ] Highest-level owner legal name: [(Do not use a "doing business as" name)] (End of provision) 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) 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 quotation or 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 quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): For Federal Acquisition Regulation (FAR) Clauses and Provisions (those starting with "52.") see http://farsite.hill.af.mil/vffara.htm. (End of provision) Evaluation Factors for Award 52.212-2 Evaluation - Commercial Items. (OCT 2014) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Award shall be made to the lowest price quote that meets the requirements of the specifications described in the solicitation, to include the required delivery. Technical and past performance, when combined, are not considered. (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. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS00873/listing.html)
 
Place of Performance
Address: Acadia National Park Bar Harbor ME 04609 USA
Zip Code: 04609
 
Record
SN03741103-W 20150524/150522234912-350f1da23a2d5ab7c246dea6a3d6c732 (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.