Federal Bid

Last Updated on 04 Feb 2011 at 9 AM
Combined Synopsis/Solicitation
Yellowstone national park Wyoming

Service and Repiars on a D7F Catepillar

Solicitation ID Q1574102438
Posted Date 15 Jan 2010 at 2 PM
Archive Date 04 Feb 2011 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) Q1574102438. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-28 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 811310 and the small business size standard is $7.0 million dollars. QUOTES ARE DUE for this combined synopsis/solicitation on January 29, 2010 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 questions regarding this solicitation should be faxed or emailed to [email protected]. The following is a description of the requirements: Yellowstone National Park Spring Opening needs to have both metal track link assemble (complete) replaced on Caterpillar Dozer Model # D7F Serial # 94N5410. Quoted price must also include Transmission flush, brake adjustment, clutch adjustments, and general service (Lube, oil, filter, and grease) Parts that need to be replaced but not limited to include" Track assembly complete (2 each) " Master link Pins (2 each)" Master link right hand (2 each)" Master link Left hand (2 each)" Master link bushings (2 each)" Master link seals (2 each)" Master link stopper and plugs (2 each)" Sprocket segments (10 each Segments )" All fasteners required to Remove and Install tracks must be replaced with new OEM quality fasteners. Price must include parts and labor. (Removal and inspection may reveal additional repair and part requirements). Due to the expense and size of transporting a D 7F Caterpillar Yellowstone National Park needs to limit the biding process to a 200 hundred mile radius from the North Entrance in Gardiner, Montana. Yellowstone National Park will be transporting the D7F Catepillar to and from the facility for the repairs. Please provide an itemized quote for the service and repairs. 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] past performance supported by documentation and references. Past performance shall be equal to price in importance; 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 52.213-3 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 alternate 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. END OF COMBINED SYNOPSIS/SOLICITATION.
Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Jan 2014 at 6 PM
Virginia 27 Mar 2007 at 4 AM
New jersey 18 Sep 2008 at 3 PM
Wright patterson air force base Ohio 26 May 2020 at 1 PM
Fort wainwright Alaska 18 Jan 2005 at 5 AM