National Park Service - Valley Forge National Historical Park (VAFO) - Brand-Name Specific Ventrac 4520N PRO Lawn Tractor
REFERENCE: FAR 12.603, 13.105
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.
(ii) The solicitation number for this requirement is 140P4225Q0029 and is issued as a Request for Quote (RFQ) under the authority of FAR 13.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 - Effective January 17, 2025.
(iv) This acquisition is subject to a small business set-aside. The associated NAICS code is 333112 - Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing with size standard of 1,500.
(v) The Schedule of Items applicable to this acquisition provides a list of contract line item numbers, items, quantities, and units of measure. The pricing portions of this Schedule of Items should be filled out and submitted as part of any quote submitted in response to this combined synopsis/solicitation (sperate internal quote is also acceptable so long as it lines up with Schedule of Items). See Attachment 1 - Schedule-Specifications-Evaluation Criteria for Schedule of Items.
(vi) The National Park Service (NPS) ¿ Northeast Region - Philadelphia MABO - Valley Forge National Historical Park as a requirement for one (1) brand-name specific Ventrac by Venture Products, Inc. (Ventrac) Model 4520N PRO Lawn Mowing Tractor with Attachments.
See Attachment 1 - Schedule-Specifications-Evaluation Criteria document for full details, and Attachment 2 - Brand-Name - JOFOC Ventrac - redacted for additional information.
(vii) Contractor shall deliver FOB to Valley Forge National Historical Park (VAFO) in King of Prussia, PA - see Attachment 1 - Schedule-Specifications-Evaluation Criteria document for full details.
(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023), applies to this acquisition. The following addendum incorporates these additional provisions:
52.201-1 Acquisition 360: Voluntary Survey SEP 2023
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain SEP 2007
Federal Transactions
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal JAN 2017
Confidentiality Agreements or Statements - Representation
52.204-7 System for Award Management OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-22 Alternative Line Item Proposal JAN 2017
52.229-11 Tax on Certain Foreign Procurements - Notice and Representation JUN 2020
Special Notice - "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. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM."
FAR 52.204-24 - REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "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" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3.
(a) Definitions. As used in this provision¿
Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to¿
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to¿
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(c) 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".
(d) Representation. The Offeror represents that-
(1) It _ will, _ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and
(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 use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section.
(e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer:
(i) For covered equipment-
(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known);
(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.
(ii) For covered services-
(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or
(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.
(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:
(i) For covered equipment-
(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known);
(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.
(ii) For covered services-
(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or
(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.
(End of provision)
52.222-22 - PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)
The offeror represents that-
It _ has, _ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation;
It _ has, _ has not filed all required compliance reports; and Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.
(End of provision)
(ix) Specific evaluation criteria to be used in this combined synopsis/solicitation:
Lowest Price Only - see Basis of Award and Evaluation Criteria see Attachment 1 - Schedule-Specifications-Evaluation Criteria for full details about requirement.
(x) Quoters must electronically complete FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024)(DEVIATION FEB 2025), at www.SAM.gov before submitting the quote. Quoter must confirm in the Quoter Questionnaire (see Solicitation Attachment 1) that quoter has electronically completed the provision FAR 52.212-3, the annual representations and certifications, at www.SAM.gov. The complete provision can be found at https://www.acquisition.gov/far/loadmainre.html.
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023), applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions - Commercial Products and Commercial Services (JAN 2025)(DEVIATION FEB 2025), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition:
- 52.203-17 - Contractor Employee Whistleblower Rights (NOV 2023)
- 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
- 52.204-27 - Prohibition on a ByteDance Covered Application (JUN 2023)(Section 102 of the Division R of Pub. L. 117-328).
- 52.209-6 - Protecting the Governments Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025)
- 52.219-6 - Notice of Total Small Business Set-Aside (NOV 2020)
- 52.219-13 - Notice of Set-Aside of Orders (SEP 2021) (15 U.S.C. 644(r)).
- 52.219-28 - Post Award Small Business Program Representation (FED 2024)
- 52.222-3 - Convict Labor (JUN 2003)
- 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (JAN 2025)
- 52.222-21 - Prohibition of Segregated Facilities (APR 2015)
- 52.222-26 - Equal Opportunity (SEP 2016)
- 52.222-36 - Equal Opportunity for Workers With Disabilities (JUN 2020)
- 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
- 52.222-50 - Combating Trafficking in Persons (NOV 2021)
- 52.223-23 - Sustainable Products and Services (MAY 2024)(DEVIATION FEB 2025)
- 52.225-13 - Restrictions on Certain Foreign Purchases (NOV 2023)
- 52.225-1 - Buy American-Supplies (OCT 2022)
- 52.226-8 - Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
- 52.229-12 - Tax on Certain Foreign Procurements (FED 2021)
- 52.232-33 - Payment by Electronic Funds Transfer0System for Award Management (OCT 2018)
(xiii) The following additional contract requirements and terms and conditions apply to this acquisition:
- 52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020
- 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
- 52.232-2 Reporting of Bio-based Products Under Service and Construction MAY 2024
Contracts
- 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (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:
Contractor Invoice which must include:
- Contract/Purchase Order Number
- Project Name (Ventrac Tractor - Valley Forge National Historical Park)
- Description of Item
- Date of Delivery
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)
DIAR 1452.201-70 - Authorities and Delegations (SEP 2011)
(a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work.
(b) The Contracting Officer will designate a Contracting
Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment.
(c) The COR is not authorized to perform, formally or informally, any of the following actions:
(1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract;
(2) Waive or agree to modification of the delivery schedule;
(3) Make any final decision on any contract matter subject to the Disputes Clause;
(4) Terminate, for any reason, the Contractor's right to proceed;
(5) Obligate in any way, the payment of money by the Government.
(d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph
(e) of this clause.
(e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract.
(f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR.
(g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk.
(End Local Clause)
DIAR 1452.203-70 - Restrictions on Endorsements (JUL 1996)
The Contractor shall not refer to contracts awarded by the Department of the Interior in commercial advertising, as defined in FAR 31.205-1, in a manner which states or implies that the product or service provided is approved or endorsed by the Government, or is considered by the Government to be superior to other products or services. This restriction is intended to avoid the appearance of preference by the Government toward any product or service. The Contractor may request the Contracting Officer to make a determination as to the propriety of promotional material.
(End of clause)
SPECIAL CLAUSE 1: STOP WORK
(a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 30 days (unless otherwise stated) after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 30 days (unless otherwise stated) after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either-
(1) Cancel the stop-work order; or
(2) Terminate the work covered by the order as provided in FAR 52.212-4.
(b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if-
(1) The stop-work order results in an increase in the time required for, or in the Contractor¿s cost properly allocable to, the performance of any part of this contract; and
(2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract.
(c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement.
(d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order.
(End of clause)
(xiv) N/A
(xv) All proposals are due Friday, June 6, 2025 by no later then 1600 Mountain Time to brian_mccabe@nps.gov
(xvi) All correspondence regarding this solicitation must be sent in writing to brian_mccabe@nps.gov