Oregon Bids > Bid Detail

38--Wheel Loader 644X (or Equal)

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159189543957374
Posted Date: Jul 5, 2023
Due Date: Jul 10, 2023
Solicitation No: 140P8423Q0061
Source: https://sam.gov/opp/59d601ce25...
Follow
38--Wheel Loader 644X (or Equal)
Active
Contract Opportunity
Notice ID
140P8423Q0061
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
PWR PORE MABO (84000)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Jul 05, 2023 12:45 pm PDT
  • Original Published Date: Jun 07, 2023 05:08 pm PDT
  • Updated Date Offers Due: Jul 10, 2023 05:00 pm PDT
  • Original Date Offers Due: Jun 20, 2023 05:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 26, 2023
  • Original Inactive Date: Jul 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior)
  • Product Service Code: 3805 - EARTH MOVING AND EXCAVATING EQUIPMENT
  • NAICS Code:
    • 333120 - Construction Machinery Manufacturing
  • Place of Performance:
    PO Box 7 Crater Lake , OR 97604
    USA
Description
The purpose of this amendment, No. 4, is to extend the response date.

The purpose of this amendment, No. 3, is to add an option for an icebreaking attachment. See Attachment 5 for specifications.
The response date is extended.

The purpose of this amendment, No. 2, is to address questions from interested contractors. Attachment No. 1, Trade-in Information, is revised to state that the 962H trade-in includes the tire chains and a GP bucket (not pictured). The snow blower attachment is not included. The response date is not extended.

The purpose of this amendment is to add required DOI provisions and clauses. See Attachment 3 for full text of DIAR 1452.280-2, 1452.280-3, and 1452.280-4. Full text is also available at https://www.acquisition.gov/diar. The response date is not extended.

This is a COMBINED SYNOPSIS/SOLICITATION for the supply and delivery of commercial items, 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; Quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation is issued as a Request for Quotations (RFQ). This announcement incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2023-04 (effective 6-02-2023). It is the responsibility of the contractor to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov. Quote preparation and submission instructions are at the end of this document.

The acquisition is a 100% Indian Economic Enterprise set-aside. The North American Industrial Classifications System (NAICS) code is 333120 with a corresponding size standard of 1,250 employees or less.

The National Park Service (NPS) contemplates award of a firm fixed-price purchase order as a result of this combined synopsis/solicitation to the responsible quoter whose quotation will be most advantageous to the Government, price and other factors considered.

1. DESCRIPTION. The National Park Service (NPS), Crater Lake National Park (CRLA), located in Klamath County, Oregon has a requirement for the supply and delivery of a wheel loader, John Deere 644X (or Equal). This procurement is to replace aging snow removal equipment using a brand name or equal purchase description, augmented by a list of salient characteristics and specifications. This Request for Quotations (RFQ) includes a manufacturer and model number that meets the government's requirements along with a list of salient characteristics. NPS will accept quotes for equivalent machines. All items are FOB Destination: Crater Lake National Park, Oregon (42°53'44.1"N 122°08'12.4"W).

SALIENT CHARACTERISTICS AND SPECIFICATIONS:
Wheel loader with auxiliary hydraulic line on the boom to be able to connect to other attachments in the park fleet, fully climate controlled and enclosed cab, air ride seat, rear counterweight for tipping weight. Maximum Height is 137 inches. Tipping load at 40 degrees a minimum of 28,400 lbs. Breakout force of 33,500 lbs. or greater must be included to pick up snow blower attachments weighing as much as 18,000 lbs.
* Standard Z-bar
* 6.8L EPA Tier-4 Diesel Engine, 230 hp
* Electric drive with brushless generator
* Standard Loader
* Level 1 trim/performance
* Rear Camera (Primary display)
* Left side steps
* Steering wheel and Joystick Steering
* 23.5R 25 L3 Radial tires w/ 3-piece rims
* Full coverage front fenders
* Ride Control
* English Labels and Decals
* Rear counterweight and rear hitch w/ pin
* Joystick controls
* 3-function hydraulics
* Hydraulic Coupler ¿ Hi-Vis/ISO Pattern
* 4.5 YD GP bucket w/ bolt-on cutting edge
* Heated and powered exterior mirrors
* Debris Package
* Maintenance and service package
* Guards for Transmission and bottom
* Halogen Work and Drive Lights
* Engine Block Heater
* Single Beacon Bracket
* JRB Volvo Quick Coupler
* JRB Hook Blanks
* Fluid-Filled Rear Tires
* Operators and Maintenance Manuals
* Full set-up at dealer, Delivery and Freight to Crater Lake National Park
* Dealer must be within 100-mile radius of Crater Lake National Park
* Company Computer Link System (for diagnostics)

2. PRICE SCHEDULE. Quoters are required to submit, at minimum, an offer that conforms to the solicitation documents with pricing for all line items. Failure to do so may render the proposal unacceptable. On lump-sum line items, provide the total price only. If no specific line item exists for a portion of the work, include the costs in a related item. In case of error in summation, the total of the corrected amounts governs. Round totals and extended prices to whole dollars.
TRADE-IN. NPS would like to trade-in a Caterpillar wheel loader. See Attachment 1 for more information.
Refer to Section 4 below, for evaluation of quotes.

10        John Deere 644X (or Equal)
20        Trade-in: 2008 Caterpillar 962H wheel loader w/5,265 hours
30        Tire Chains, Pewag, Erzberg, ED, Part No. 69144 (or Equal)
40        (Option) Warranty, Comprehensive, 3,000-hour (if available)

3. INSPECTION/ACCEPTANCE AND QUALITY CONTROL. The Contracting Officer may delegate inspection and acceptance to a designated NPS Representative who will review invoices and certify acceptance of goods received. Payments will only be made for actual items delivered.

4. CLAUSES & PROVISIONS.
CLAUSES (apply to awarded contract):
52.252-2, Contract Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The full text of a clause may be accessed electronically at this address: www.acquisition.gov/far.
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017);
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);
52.211-6, Brand Name or Equal (Aug 1999)
52.212-4, Contract Terms and Conditions -- Commercial Items (Dec 2022);
52.225-6, Trade Agreements Certificate
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business subcontractors (Nov 2021);
52.242-15, Stop-Work Order (Aug 1989).

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders¿Commercial Products and Commercial Services (Jun 2023)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801).

(6) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).

(7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

[Contracting Officer check as appropriate.]

(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655).
(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).
(8) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).
(9) 52.209-6, Protecting the Government¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note).
(17) 52.219-8, Utilization of Small Business Concerns (Oct 2022) (15 U.S.C. 637(d)(2) and (3)).
(23) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2023)(15 U.S.C. 632(a)(2)).
(28) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).
(29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).
(30) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(31) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).
(32) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
(33) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
(34) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
(35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
(36) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
(45) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).
(51) 52.225-5, Trade Agreements (Dec 2022) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
(52) 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).
(59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332).
[Contracting Officer check as appropriate.]
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor¿s directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509).

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).

(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

(v) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).

(vi) 52.219-8, Utilization of Small Business Concerns (Oct 2022) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(viii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).

(ix) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).

(x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).

(xi) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).

(xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(xiii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).

(xiv) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O 13627).
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).

(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).

(xvii) 52.222-54, Employment Eligibility Verification (May 2022) (E.O. 12989).

(xviii) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).

(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).

(xx) (A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.

(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).

(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxiii) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40.

(xxiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)
ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - Internet Payment Platform (IPP) (April 2013).
Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (www.ipp.gov).
"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://ipp.for.fiscal.treasury.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: vendors standard invoice, including the following elements: 1) Name and address of the contractor, 2) Invoice date and invoice number, 3) Contract/purchase order number, 4) The description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed, 5) Period of Service for services rendered, 6) Name (where practicable), title, phone number, and mailing address of person to notify in the event of an improper 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 www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after 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. This action is for the federal government and is exempt from state and local sales tax (Tax Exempt ID #140001849).

Contractor Performance Assessment Reporting System (November 2015)

In accordance with DOI and NPS policy, past performance evaluations may be prepared for this acquisition. For more information see the Contractor Performance Assessment Reporting System (CPARS), available online at https://cpars.gov/.

PROVISIONS (apply to this solicitation):

52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far.
52.204-7, System for Award Management (Oct 2018) - Offerors must be actively registered in the SAM.gov on-line database, at website address www.sam.gov. Active registration means that at time of award registration status in SAM reads ¿active¿;
52.204-16, Commercial and Government Entity Code Reporting (Aug 2020);
52.204-22, Alternative Line Item Proposal (Jan 2017)
52.212-1, Instructions to Offerors - Commercial Items (Nov 2021);

52.212-2, Evaluation-Commercial Items (Nov 2021)
Addenda to the clause 52.212-2, Evaluation Commercial Items:
(a) Evaluation will be made in accordance with the simplified acquisition procedures outlined in FAR Part 13.106.
(b) The Government will issue an order resulting from this request for quotation to the responsible quoter whose quotation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations:
(i)        technical: Factual documentation demonstrating that the quoted machine meets the government specifications;
(ii)        past performance: Factual documentation or narrative of a firm¿s experience, qualifications, and capability, along with providing at least three examples of their firm¿s most recent projects within the past five years of similar size and scope.
(iii)        price.
(b) A written notice of award or acceptance of a quotation, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quotation, shall result in a binding contract without further action by either party. Before the quotation specified expiration time, the Government may accept a quotation (or part of a quotation), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(c) Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
Quote MUST be good for 30 calendar days after close of this solicitation. The government reserves the right to cancel this solicitation.

5. QUESTIONS REGARDING THIS REQUEST FOR QUOTE must be submitted in writing via email (phone or fax questions will not be accepted) no less than three (3) business days before the response date. Send email question(s) to jack_northcutt@nps.gov and reference the Request for Quote number in the subject line of the email, e.g., 140P8423Q0061 /QUESTION.
6. QUOTATION PACKAGE (What to Submit)
NOTE: To be eligible for award, offerors must have an active online SAM record at http://www.sam.gov at the time of offer. SAM registration is completely free of charge.
(6.1)        Submit Standard Form 18 (SF-18), Request for Quotations, with blocks 11 (pricing) and 13 through 16 (name & address, signature, etc.) completed. An official having the authority to contractually bind the offeror¿s company must sign the SF-18 in accordance with the procedures prescribed in FAR 4.102;
(6.2)        If an amendment was issued, sign and submit Standard Form 30 to acknowledge it;
(6.3)        Itemized quote listing all standard and optional features with prices, with lead time
(6.4)        Cut sheets, photos, manufacturers literature, etc. that clearly demonstrate that the quoted equipment meets the government¿s requirements.
(6.5)         Standard warranty information and any extended warranty options; and
(6.6)         Name and location of nearest dealer and service facility.
(6.7)        For the purpose of evaluating capability and past performance per the evaluation factors in part 4, submit at least three but no more than five professional references of customers/clients for which you have provided the same or similar type of equipment during the past three years. If available, include for each reference the customer/clients company name and address, point of contact name, phone number, email address, brief description of the equipment provided, period of performance dates, and contract value;
(6.8)        Submit the completed reps/certs provision 52.212-3. This is not needed if you have completed reps/certs in SAM.gov.
(6.9)        Unless the Offeror has previously certified in their SAM representation that it does not use prohibited telecom equipment, submit completed provisions 52.204-24(d)(1)&(2) and 52.204-26(c)(1)&(2). This is not needed if the Quoter has previously responded ¿does not¿ in their annual SAM representation at 52.204-26, Covered Telecommunications Equipment or Services Representation, or in paragraph (v)(2)(ii) of 52.212-3, Offeror Representations and Certifications.)

7. HOW AND WHEN TO SUBMIT QUOTE: Quotations shall only be accepted through electronic mail addressed to: jack_northcutt@nps.gov. Include the Request for Quotation number (140P8423Q0061) in the subject line of your email. All quotation documents required by this solicitation must be uploaded and received in their entirety no later than the published response date, at 5:00 pm Pacific Daylight Time. Quotations submitted by hardcopy or any method other than specified shall not be accepted or considered. It is the responsibility of the contractor to verify receipt by the Contract Specialist, Jack Northcutt, before the closing date/time of the RFQ. The Contract Specialist can be reached at jack_northcutt@nps.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE BEAR VALLEY RD
  • POINT REYES STATION , CA 94956
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >