SOLICITATION NOTICE
37 -- SUPPLY OF TRACTORS
- Notice Date
- 7/2/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Southwestern Oregon ZAP, Rogue River NF, 333 West 8th Street, Medford, OR, 97501
- ZIP Code
- 97501
- Solicitation Number
- Q10-03-67
- Response Due
- 8/11/2003
- Archive Date
- 9/30/2003
- Point of Contact
- Eileen Northrop, Contract Specialist, Phone (541) 858-2225, Fax (541) 858-2220,
- E-Mail Address
-
enorthrop@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. The solicitation number is Q10-03-67, and is issued as a Request for Quotations under the Simplified Acquisition Procedures, FAR Part 13.5. This procurement is for a firm-fixed price contract. The NAICS code is 333111. The small business size standard is 500 employees. This acquisition is a small business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) technical capability of item offered to meet requirements stated herein, and (2) price; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-2, 52.225-13, 52.222-34 and 52.222-38. All Clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far . Line Item Description: Supply and Deliver F.O.B. Destination three (3) Agriculture Tractors per the following specifications: C-4 Technical Specifications A. Wheeled Tractors, four-wheel drive, agricultural, current amendments; three tractors for replacement of existing tractors, currently being utilized at J. Herbert Stone Nursery located on the Rogue River National Forest. B. Tractor Size – 95-to-105 PTO HP at manufacturer’s rated RPM (manufacturer’s rating), standard type tractor, general purpose/utility, conventional four-wheel design with four-wheel drive; Adjustable wheel width on all four wheels to achieve 70 to 72-inch tire width, center to center; Outside-to-outside tire width not to exceed 83 inches. Tire width to be set at 71 inches when tractors are delivered. C. Engine type – diesel, a dry type air cleaner and a condition/service indicator within easy view of the operator are required. D. Winterization to minus 25 degrees F is required. E. Transmission shall be manual. Minimum eight (8) forward speeds and four (4) reverse speeds, synchronized for smooth shifting while moving. Front-wheel-drive capability must be designed for “on the go” engage/disengagement. F. Creeper gear – Creeper gear must limit speed of tractor to a maximum speed of .25 at 2500 RPM engine speed. G. Steering – Power steering required. H. Tires – Manufacturer’s standard agricultural tires for size tractor offered with an eight-ply minimum rating. Front tire size to be a maximum of 11.2x28 and rear tires to be a maximum size of 12.4x42. I. Seat – Swivel “deluxe-type” seat with backrest. J. Fuel Tank – shall be 21 gallon minimum and MUST be mounted on top by the radiator OR behind seat for feasibility of using belly mounted implements. K. Drawbar – Swinging drawbar type hitch with three-point lift meeting category II with draft control. Drawbar height clearance shall be a minimum of 15 inches. The three point hitch must have a minimum lift capacity of 8000 pounds. L. Power takeoff shall be fully independent 540/1000 RPM. M. Gauges and/or warning lights are required for the following: engine oil pressure, engine temperature, transmission oil temperature. Tachometer and hour meter are required. N. Spark arrestor with rain cap having 80 percent efficiency required meeting SAE J350. Exhaust pipe shall be vertical with exhaust directed upward. O. Hydraulic system – The hydraulic system for operation of attached equipment shall have a minimum 15 GPM 2000 PSI pump and ample tank capacity to provide a full flow of oil for maximum operating cycles without evidence of overheating or other inadequacy. The tractor shall be fitted with quick disconnect, self-closing, dust-proof couplings or equivalent methods to preserve the oil and protect the system from dust and dirt. A full-flow hydraulic oil filter is required. A minimum of two auxiliary hydraulic outlets with spool-type controls is required. Each set of independent, quick disconnect, one-half-inch diameter outlets are for double-acting cylinders and require all necessary controls. All sets are for rear-mounted equipment (total of two (2) sets). Additionally, the tractor shall have necessary hydraulic connections to accept front-end loader installation. P. Additional Accessories: Adjustable wheels, front and rear Locking tool storage space Operator’s seatbelt Headlights, tail and stop lights, turn signals, rearview mirror and a yellow rotating/flashing type warning light. Remote control hitch Engine block heater Frame rails for mounting implements Q. Roll-over protection (ROPS) is required and shall conform to requirements listed in SAE G167, “Operator Protection for Agricultural and Light Industrial Tractors.” A padded/insulated type canopy shall be provided. R. Differential locks are required on the rear axle. S. Electric System – 12-volt starting and lighting system shall be provided. T. Wheel base – minimum wheelbase to be 101 inches center to center on axles. U. Clearances – A minimum of 15-inch clearance is required under the tractor. This clearance must be maintained for 26 inches on either side of a center line drawn front to rear of the tractor in order to maintain nursery seed bed clearances. V. Additional weights – A minimum of 600 pounds of front-axle additional weights are required. Weight brackets designed to remain in place while operating front-end loader. W. Front End Loaders are required on two tractors. Loaders to be manufacturer’s standard hydraulic model designed for the tractors offered. Loaders shall be designed for “quick attach and removal” with a single lever control. Minimum lift capacity 3500 lbs and a minimum breakout force capacity of 3500 lbs. Bucket width to be a minimum 72” on both tractors. X. Dual Wheels – All three tractors to come with one set of dual wheels. Y. Fenders - High clearance fender not wrap around type, must accommodate tracks when installed on tires Z. Technical publications are required. Two (2) sets shall include operator, parts and shop manuals. AA. Service person will be required to provide instructions on technical and/or operating characteristics of the tractor. Quantity: 3 each. Provide a Unit Price Per each agricultural tractor. Delivered F.O.B. Destination. Required Delivery Schedule: The Government requires delivery within 90 calendar days after contract award. Delivery Location: J. Herbert Stone Nursery, 2606 Old Stage Road, Central Point, Oregon 97502, located approximately 5 miles Northwest of Medford, Oregon, between Jacksonville and Central Point, Oregon. Delivery shall be made on regular working days, Monday through Friday, between 7:00 a.m. and 4:30 p.m. Contractor shall notify the Contracting Officer’s Representative (COR) 48 hours in advance of delivery at (541) 858-6100. Packing and Packaging – Commercial: Material shall be packed for shipment in such a manner that will insure acceptance by common carrier and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commission and Regulations, Uniform Freight Classification Rules, or Regulations of other carriers as applicable to the mode of transportation. Quotes and Descriptive Literature establishing verification of technical ability to meet Specifications are due to the Contracting Officer, Rogue River National Forest 333 W. 8th Street, P.O. Box 520, Medford, Oregon 97501, by 4:30 p.m., local time, on August 11, 2003. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. The provision may be obtained at: http://www.arnet.gov/far . Send questions by FAX to: (541) 858-2224 – Attn: Contracting.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/04N7/Q10-03-67/listing.html)
- Place of Performance
- Address: J. Herbert Stone Nursery, Jackson County, Central Point, Oregon
- Zip Code: 97502
- Zip Code: 97502
- Record
- SN00363359-F 20030704/030702222256 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |