Rubber Track Concrete Buggy (№6988184)

20 mar

Number: 6988184

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


20-03-2018

Description


Rubber Track Concrete BuggySolicitation Number: 140P8418Q0024
Agency: Department of the Interior
Office: National Park Service
Location: NPS - All Offices

Solicitation Number: 140P8418Q0024

Notice Type: Award

Contract Award Date: March 22, 2018

Contract Award Number: 140P8418P0047

Contract Award Dollar Amount: $13200.00

Contract Line Item Number: 00010

Contractor Awarded Name: Track Equipment Co.LLC

Contractor Awarded DUNS: 800821766

Contractor Awarded Address: 2630 Jaeger St

Bellingham, Washington 98225
United States

Synopsis: Added: Mar 01, 2018 7:45 pm Modified: Mar 05, 2018 2:52 pm

Track Changes

The purpose of this amendment is to change the quantity from two to one.

This is a combined synopsis/solicitation for a Rubber Track Concrete Buggy, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-97 of January 24, 2018. Quotations are requested via this notice only. The solicitation number is 140P8418Q0024 and is issued as a request for quotation (RFQ). The North American Standard Industrial Classifications System Code is 333120 with an associated small business size standard of 1250 employees. This solicitation is a 100% total small business set-aside. Quotations will only be accepted from small businesses. The Government intends to award a firm fixed price contract to a single vendor determined to be responsive and responsible. In addition, you must be registered in the System for Award Management (SAM) website at https://www.sam.gov/.


DESCRIPTION: (Qty 1) Canycom SC75 Rubber Track Dump Carrier, or Equal; forward dumping hydraulic bucket comprised of heavy-duty plastic materials, suitable for transporting and pouring wet concrete; Gas engine, at least 22 HP; Hydrostatic transmission; Top speed of at least 6 MPH; maximum length of 106 inches; maximum width of 36 inches; minimum payload of 2000 LBS


DELIVERY: 45 days after award to Lassen Volcanic National Park, 38050 Highway 36 East, Mineral, CA. Deliveries are accepted between 8 am and 430 pm, Monday through Friday. 24 hours advanced delivery notice is required.


PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury.


TERMS AND CONDITIONS: The following FAR provisions and clauses apply:


52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation
52.204-7, System for Award Management
52.204-13, System for Award Management Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-17, Ownership or Control Offeror
52.204-18, Commercial and Government Entity Code Maintenance
52.204-20, Predecessor of Offeror
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1, Instructions to Offerors -- Commercial Items
52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor"s www.sam.gov record is completed in full)52.212-4, Contract Terms and Conditions -- Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following:
52.219-6, Notice of Total Small Business Set-Aside
52.219-13, Notice of Set-Aside of Orders
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
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, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-1, Buy American-Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.222-25, Affirmative Action Compliance
52.247-34, f.o.b. Destination


Full text versions of all FAR references and clauses are available at

https://www.acquisition.gov/far/.


52.222-22 Previous Contracts and Compliance Reports (Feb 1999)
The offeror represents that --
(a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation;
(b) It [ ] has, [ ] has not filed all required compliance reports; and
(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.


Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 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: VENDOR"S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. 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) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email [email protected] 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.


INSTRUCTIONS TO OFFERORS:
Quotations are due Friday, March 16, 2018 4:00 PM, PT to the attention of: Jack Northcutt, Contracting Officer, National Park Service. Quotations must include the following information:

1. Company name, DUNS number, Contact name, phone number and e-mail
2. Pricing and lead time
3. Acknowledge this amendment, No. 1
4. Descriptive literature sufficiently detailed to clearly demonstrate that the offered items conform to the requirements of the solicitation. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as Design; Components; Performance characteristics; and Methods of manufacture, assembly, construction, or operation. If the descriptive literature fails to clearly show that the items offered conform to the requirements of the solicitation, the Government may reject the quote.


Quotations must be sent to e-mail address:

[email protected] on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact the Contracting Officer for confirmation). Any quotation received after 4:00 pm Pacific Time will be considered late and will not be further considered.


The point of contact for this solicitation is Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; e-mail:

[email protected]

OFFER EVALUATION(S):
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, on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement;(ii) price;
(b) All non-cost factors will be evaluated on a pass/fail basis. Best value is expected to result from the selection of the technically acceptable quotation with the lowest evaluated price.
(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.


DO NOT SEND QUOTATIONS TO, OR CONTACT, THE DEFAULT CONTRACTING OFFICE ADDRESS IN DENVER, CO.






Contracting Office Address: 12795 West Alameda Parkway
Post Office Box 25287
Denver, Colorado 80225-0287


Primary Point of Contact.: Jack Northcutt, Contracting Officer

[email protected] Phone: (541) 883-6884