The RFP Database
New business relationships start here

Repair-Replace Transmission on Wheel Loader


Tennessee, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial services and or/supplies prepared in accordance with the format outlined in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and Quotations are being requested. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. This procurement is unrestricted - Full and Open completion; NO set aside. The principle NAICS is 811310, Commercial and Industrial Machinery and Equipment (except for Automotive and Electronic) Repair and Maintenance with a size standard of $7.5 M.

The National Park Service, North Major Acquisition Buying Office has a requirement for the repair/replacement of a transmission on 1998 Model WA120-3L Komatsu Wheel Loader. The solicitation number assigned to this requirement is P17PS00853. This is a Request for Quote (RFQ).

The Government intends to award a Firm-Fixed Price (Not To Exceed) Service Contract to the firm that provides the best value without discussions in accordance with FAR 13.106-2.

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (www.sam.gov). An offeror must ensure that they are self-certified under NAICS Code 811310 in the Representations and Certifications portion of SAM.gov
EQUIPMENT INSPECTION: Prospective offerors are highly encouraged to inspect the condition of the equipment for the purpose of providing quotations. A one-time inspection is scheduled for: March 29, 2017 @ 1:00 pm EST. The site visit is expected to last 1 hour. You are required to submit your request for attending the site visit to Lara_Wood@nps.go and Matt_Henderson@nps.gov by email no later than March 27, 2017 @ 1:00 pm EST, so we can make arrangements for access to the site.

Location of Inspection: Blue Ridge Parkway National Park, 49800 Blue Ridge Parkway, Laurel Springs NC, 28644

QUESTIONS: Must be submitted in writing by March 30, 2017 by 1 pm EST. Each question shall reference the specific section or attachment of the solicitation (as applicable). Remarks and explanations during the equipment inspection shall not alter the terms and conditions of the solicitation unless the solicitation is formally amended. Any oral statements made by the Government representatives shall not be binding upon the Government; all necessary changes will be made in writing by the Contracting Officer. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information. No oral or late questions will be accepted.

DEADLINE: The closing date and time for receipt of quote is Wednesday, April 5, 2017 at 1 pm (EST) via email to Lara_wood@nps.gov.

Offerors may obtain full text versions of these clauses electronically at https://www.acquisition.gov. The following FAR Clauses provisions apply to this solicitation:
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONSB?COMMERCIAL ITEMS. (DEC 2016)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017)
52.216-25 CONTRACT DEFINITIZATION (OCT 2010)
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)
52.222-25 AFFIRMATIVE ACTION COMPLIANCE. (APR 1984)
52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658. (DEC 2015)
52.225-4 BUY AMERICAN B? FREE TRADE AGREEMENTSB?ISRAELI TRADE ACT CERTIFICATE - ALT I (MAY 2014)
NARA RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS
ADDITIONAL SIMPLIFIED ACQUISITION TERMS AND CONDITIONS

DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013)
An invoice is a written request for payment under this contract for supplies delivered or for services rendered. Payment of invoices submitted under this contract shall be made in accordance with the terms and conditions of the Prompt Payment clause and in accordance with the provisions of other clauses in this contract. Failure or refusal to provide the following information on all invoices submitted under this contract may result in the invoice being considered improper for payment in accordance with the Prompt Payment clause. In order to be proper, an invoice must include, as applicable, the following:

a. GENERAL INFORMATION

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: Vendor generated invoice.

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 IPP & rroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP tor 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)

b. ELECTRONIC FUNDS TRANSFER (EFT) INFORMATION
In accordance with FAR Clause, 52.204-7, System For Award Management (SAM), the contractor must be registered in the SAM database which is the primary Government repository for prospective federal award information and the centralized Government system for contracting related processes. The contractor must be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement. The contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. If at any time during the term of this contract, the vendorB?s EFT information changes, (i.e. financial agent, RTN, account number, etc.) the vendor must update/edit the SAM database to reflect these changes.

52.233-2 SERVICE OF PROTEST (SEP 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

Lara Wood
N-MABO Contracting Officer, 199 Hemphill Knob Road, Asheville, NC 28803
Lara_Wood@nps.gov

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

1452.204-70 RELEASE OF CLAIMS B? DEPARTMENT OF THE INTERIOR (JUL 1996)
After completion of work and prior to final payment, the Contractor shall furnish the Contracting Officer with a release of claims against the United States relating to this contract. The Release of Claims form (DIB?137) shall be used for this purpose. The form provides for exception of specified claims from operation of the release. (End of clause)

1452.228-70 LIABILITY INSURANCE B? DEPARTMENT OF THE INTERIOR (JUL 1996)
(a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows:
    $200,000 each person
$500,000 each occurrence
$20,000 property damage
(b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the
Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work.

WAGE DETERMINATION
In the performance of this contract the Contractor shall comply with the requirements of U.S. Department of Labor Wage. Determination Number (based on the county in which repairs will be performed) will be determined once an award is made.

SUBMITTING QUOTES
Quotes shall be submitted on the SF 1449. Offers must acknowledge receipt of all solicitation amendments.

BASIS FOR AWARD DECISION
NPS will select the quote(s) that represents the best overall value to the government based on price, technical capability and past performance factors listed below. The Government may elect to accept other than the lowest-priced quotes when the perceived benefits of a higher-priced quote(s) merit the additional cost.

EVALUATION OF QUOTES
Evaluation will be conducted using the simplified acquisition procedures described in FAR Part 13 and will be based solely on the quote and its associated documents. In accordance with FAR 52.212-2, the factors below shall be used to evaluate offers. Ensure youB?ve addressed/included any required documentation.

The following factors, listed in descending order of importance, will be used to evaluate quotes.
1)    Price
    1a) Credit: Core charge credit for the removed transmission. Provide credit that can/will be     given to the Government reflecting the value of old/removed transmission.
2) Technical capability: The offeror must provide evidence of capability to perform the work required. Evidence may include, years of experience, description of same or similar work, and/or other descriptive literature showing that contractor as an authorized repair center for Komatsu.
    2a) Offerors must also identify the location of service in order for the government to estimate     the costs associated with delivering the piece of equipment or state that you will take     responsibility for transport.
4) Past Performance of the quoter on projects similar in scope and complexity. The Government may contact sources listed by the quoter and/or other sources of information including, but not limited to, Federal, State and Local governments, better business bureaus, published media, and electronic databases to verify the information provided in your quote. The offeror must provide at least three (3) past performance references (Company name, email, and contact name).
**********************
QUESTIONS: Email any questions to Lara_Wood@nps.gov by 1 pm (EST) on Thursday, March 30, 2017 to be considered. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information. No oral or late questions will be accepted.
The contractor shall provide all parts, labor, materials and other equipment and supervision required to assess, repair or replace the non-functioning transmission on a 1998 Model WA120-3L Komatsu Wheel Loader to include unforeseen mechanical issues related to the transmission in order to allow the loader to function properly and safely.
Fill in items (a) through (d) below in order to for your quote to be considered OR follow instructions on form. *****************
a. Company DUNS: _______________________
b. Company Contact, name/email/phone number: ____________________________________________
_____________________________________________________________________________________
c. Acknowledgement of any amendments:
Amendment # ________________ Dated: ______________
Amendment # ________________ Dated: ______________
d. Pricing:                    
Line Item No.    Description of Requirement    Qty/Unit of Measure    Extended Price
0001    Labor required for the repair of the repair/replacement
of the transmission on 1998 Model WA120-3L Komatsu Wheel Loader per the Performance Work Statement    JOB    $
0002    Shipping of Parts required for the repair/replacement of the transmission on 1998 Model WA120-3L Komatsu Wheel Loader per the Performance Work Statement    JOB    $
0003    Materials required for the repair/replacement of the transmission on 1998 Model WA120-3L Komatsu Wheel Loader per the Performance Work Statement    JOB    $
0004    Transmission Core Credit    LS    $ -
TOTAL PRICE            $

Submit offers in response to this synopsis/solicitation to Lara_Wood@nps.gov Offers must be sent via email. Ensure you have received confirmation of receipt. Offers received after 1:00 pm (EST) on Wednesday, April 5, 2017 will not be considered.

Wood, Lara

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP