Federal Bid

Last Updated on 08 Jul 2010 at 8 AM
Combined Synopsis/Solicitation
Yellowstone national park Wyoming

TRACKS TO CONVERT VEHICLES TO OVERSNOW FOR YELLOWSTONE PARK

Solicitation ID Q1573097014
Posted Date 18 Jun 2009 at 3 PM
Archive Date 08 Jul 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dsc Contracting Services Division
Agency Department Of Interior The
Location Yellowstone national park Wyoming United states 82190
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. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1573097014 AND Q1573093010. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-31 and are available in full text through Internet access at http://www.acqnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 326220 and the small business size standard is 500 employees. QUOTES ARE DUE for this combined synopsis/solicitation on July 6, 2009 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Faxed quotes are preferred with all required documentation, no oral quotations will be accepted. Quoters 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 307-344-2079 or emailed to [email protected]. All quotes will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR) , www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to [email protected]. Yellowstone National Park requires two complete sets of tracks to convert two trucks to oversnow vehicles. The first vehicle is a Dodge 3500 gas powered truck. The second vehicle is a 2001 3/4 ton extended cab, longbed Chevy pickup. Track system required is name brand or equal to Mattracks model 150M1A2SA. Quoted price should include delivery to the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park WY 82190. Delivery needed by September 15, 2009. The following is a description of the requirements: Salient characteristics Specifications Anti-Torque System (Rubber Torsion - Anti Torque)Frame Constructed of High Strength, Heat Treated, Aluminum AlloyAssembly Weight = 1,600 lbs.@425/375 lbs. ea. (730 kg@190/170 kg ea.)Designed for heavy duty 4x4 vehiclesRecommended Max. Gross Wt. of 12,500 lbs. (5,670 kg) GVW, 6,250 lbs. (2,835 kg) per axleInternal Suspension consists of Concentric Pivot w/ Independent Offset Rocker Arm,Oscillating (for extra smooth ride)Track Tread Width 16 in. (406 mm)Tread Style All-Terrain Self-Cleaning LugTrack Material Rubber with Internal Composite Rods/CordOverall Width* (Outside to outside of tracks) 76 in. to 92 in. (1,930 mm to 2,340 mm)Recommended Operating Temperature (Ambient) -38F to +130F (-40C to +55C)Overall Width Increase from Standard 15 in. to 20 in. (380 mm to 508 mm)Increase Ground Clearance 1-1/2 in. to 6 in. (40 mm to 150 mm)Position Vehicle Over Axle Center @19.75 in. (500 mm)Lowers Center of Gravity 1-1/2 in. to 2-1/2 in. (40 mm to 60 mm)Ground Contact Length:(Hard Surface) 41 in. min. (1,040 mm min.)(Soft Surface) 59 in. max. (1,500 mm max.)Ground Contact Surface Area 2,624 sq, in. min. (16,900 sq. cm min.) 3,776 sq. in. max. (24,360 sq. cm max.)Ground Pressure 1.4 to 3.3 psi (.01 to .025 Nmm2)Sprocket Diameter 18.5 in. (470 mm)Gear-Reduction 1/3 increase in Gear Reduction on Vehicle with 30 in. (760 mm) Standard TireWheels (Double shielded and sealed bearing) 8 in. x 2 in. HD Extra Seals (10/corner, 2 rows)Wheel Material Aluminum, UHMW & RubberQuick Tread Change Assembly Allows replacement of the rubber tread without removing the track unit form the vehiclePaint (color) Silver Metallic Performance Recommended Max speed of 40 mph (64 km/h)Turning Radius same as original vehicleApproach Angle up to 90Departure Angle up to 80Grade Capacity 100%Side Slope Capacity 68%Terrain - All Terrain Including Hard Surface @ 12,500 lbs. (5,670 kg) GVWMaximum Distance Off-Road is IndefiniteMaximum Distance Hard Surface at below 80F( 26C): Indefiniteat above 80F (26C): 15 miles @ 40 mph (22 km@64 km/h) 2 EA TRACK SYSTEM SET $__________________EA $______________________ DELIVERY CHARGE $______________________ TOTAL AMOUNT $______________________ Business Name: ____________________________________ DUNS:___________________ Business Address: ______________________________________________________________ Business Phone: ___________________________________FAX: ________________________ Email Address:___________________________________________ Offeror Name: ________________________________________ Date:_____________________ 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.acqnet.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; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] technical conformance to specifications; [c] past performance supported by documentation and references. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, or a completed copy of the provision at 52.213-3 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: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alt 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. END OF COMBINED SYNOPSIS/SOLICITATION.
Bid Protests Not Available