Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2025 SAM #8636
SOLICITATION NOTICE

25 -- 25--Purchase, Deliver, and Install Stellar Crane

Notice Date
7/17/2025 12:42:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
IMR NORTHERN ROCKIES(12200) YELWSTN NL PK WY 82190 USA
 
ZIP Code
82190
 
Solicitation Number
140P1425Q0077
 
Response Due
7/28/2025 9:00:00 AM
 
Archive Date
08/12/2025
 
Point of Contact
Nelson, Colton, Phone: 7203900199
 
E-Mail Address
colton_nelson@nps.gov
(colton_nelson@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(1) Not Applicable (2) 10 July (3) 2025 (4) Contracting Office Zip: 20240 (5) Product Service Code: 2590 - Crane, Wrecker Truck Mounted (6) National Park Service Contracting Operations Central, Northern Rockies Major Acquisition Buying Office (7) Request for Quotes for Purchase, Delivery, and Installation of a Stellar Crane on a Steller Service Body for Yellowstone National Park. (8) 140P1425Q0077 (9) Closing Response Date: 28 July 2025 (10) Contracting Officer: Colton Nelson, Colton_Nelson@nps.gov (11) Not Applicable / 140P1425Q0077 (12-15) Not Applicable (16) Description: (i) This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, as supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number 140P1425Q0077 and is issued as a Request for Quote (RFQ). (iii) The solicitation incorporates provisions and clauses in effect through the current Federal Acquisition Circular: 2025-04 (iv) Total Small Business Set-Aside (v) Line Items: CLIN 00010 � Purchase and Install Stellar Crane on Stellar Service Body See attached Statement of Requirement document for additional information regarding this need. (vi) The National Park Service (NPS) is seeking quotes for the purchase and installation of a Stellar Crane on a Stellar Service Body for Yellowstone National Park�s Maintenance Division. (vii) The anticipated period of performance is 08/01/2025-10/31/2025. (viii) FAR provision 52.212-1 Instructions to Offerors - Commercial Products and Services applies to this acquisition. This requirement is currently unfunded an unfunded request with a high expectation that funds will be available. When and if funds become available, an award can be made at that time. All interested parties shall be registered and active in the System for Award Management or SAM at time an offer or quotation is submitted. SAM UEI to be provided with quote. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. The offerors shall submit a quote to the contracting officer by email to: colton_nelson@nps.gov Quotes shall be valid for 45 days. Questions: Questions must be submitted to colton_nelson@nps.gov, in writing. Questions must be received not later than 10:00 AM MT, on 07/17/2025, to be considered. Any questions and NPS answers will be provided via an amendment to this combined synopsis/solicitation. (ix) The Government will award a firm, fixed price contract resulting from this solicitation to the responsible offeror or offerors whose quote(s) conforming to the solicitation will be most advantageous to the Government, price, technical, and prior experience factors considered. The contracting officer shall ensure that eligible quotations can be evaluated in an efficient and minimally burdensome fashion using comparative evaluation procedures. Comparative evaluations encourage the use of �best value,� and are not required to state the relative important of evaluation factors or subfactors. 1. Price. 2. Technical � Provide technical information demonstrating the quoted product meets or exceeds the statement of requirements attachment. Provide location where installation will occur for transported by the NPS or transported by the quoter if location is greater than 300 miles from Yellowstone National Park address below. 3. Prior Experience � Provide two examples of similar size and scope. Examples do not need to be for government customers. Examples can be related to other vehicle, automotive, and equipment work. (x) Offers shall include a completed copy of paragraph (b) from within FAR provision 52.212-3 - Offer Representations and Certifications - Commercial Products and Services with its offer. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. No addenda are attached. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (DEVIATION FEB 2025), applies to this requirement. The following clauses within 52.212-5 apply: 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328) 52.204-28 Federal Acquisition Supply Chain Security Act Orders�Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts (Dec 2023) 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition. (Dec 2023). 52.219-6, Notice of Total Small Business Set-Aside (Oct 2023) 52.219-28, Postaward Small Business Program Representation (Jan 2025) 52.222-3, Convict Labor (June 2003) (E.O.11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). 52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.226-8, Encouraging Contractor Policiies to Ban Text Messaging While Driving (May 2024) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). Wage Determination 2015-5407, Rev. 25, Dated: 20 May 2025 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee Class: WG-10 � Motor Vehicle Mechanic Wage + Fringe: $33.11/hr + $12.00/hr 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706 (xiii) The following provisions are incorporated by reference IAW FAR 52.252-1 into this request for quote: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-24 Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015) 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (Mar 2023) 52.232-18 Availability of Funds (Apr 1984) The following clauses are incorporated by reference IAW FAR 52.252-2 into this request for quote: 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.223-5 Pollution Prevention and Right-To-Know Information 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.245-1 Government Property (Sep 2021) The following provisions and clauses are included in full text as prescribed: 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) (a) Definitions. As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". (c) Representations. (1) The Offeror represents that it [ ] does, [ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) 52.211-3 Availability of Specifications Not Listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions (Jun 1988) Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. The specifications cited in this solicitation may be obtained from Industry Organizations listed throughout the Statement of Requirement Document. (End of Provision) Invoicing Processing Platform (IPP) - Treasury Electronic Invoicing System (February 2021) 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: Invoice to be on company letterhead with stated contract number. 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 St. Louis (FRBSTL) 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 IPPCustomerSupport@fiscal.treasury.gov 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 Local Clause) 52.222-49 Service Contract Labor Standards-Place of Performance Unknown (a)This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: Park County, WY. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by: Close of business on 07/21/2025. (b)Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (End of clause) 1452.228-70 Liability Insurance � Department of the Interior (Jul 1999) (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: $ 100,000 each person $ 500,000 each occurrence $ 100,000 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. (End of Local Clause) (xiv) N/A (xv) Response due date and time: 07/28/2025, 10:00 AM MT. (xvi) All communication regarding this solicitation, including questions, requests for additional information, documentation, etc., shall be emailed to colton_nelson@nps.gov. Questions will NOT be answered via phone or text message. (17) Yellowstone National Park, 12 Garage Loop. Yellowstone National Park, WY 82190. (18) Total Small Business Set-Aside
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc9a4c488b5f419082bfcf8b75066123/view)
 
Record
SN07513690-F 20250719/250717230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.