SOLICITATION NOTICE
24 -- Tractor
- Notice Date
- 6/2/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-05-T-0041
- Response Due
- 6/16/2005
- Archive Date
- 8/15/2005
- Small Business Set-Aside
- N/A
- Description
- This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as suppleme nted with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quote (RFQ) is being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified A cquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to off er. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 dated 11 April 2005 and Defense Federal Acquisition Regulation (DFAR) Supplement, 1998 edition, current to DCN 2005 0524. The North American Industry Classification System (NAICS) is 333111 with a size standard of 500 employees. The awarded contract will be firm fixed price. This commercial item acquisition is unrestricted. All prospective offerors must be actively regi stered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html The proposal shall consist of one Contract Line Item Number (CLIN) 0001; Quantity: 1; Unit of Issue: Each; Description: Tractor, New Holland Model TS115A Plus All Purpose Tractor with Cab. Standard configuration to include 16X16 Electroshift transmission, Closed-Center Load-Sensing (CCLS) Hydraulic System, 6-pack front weights and carrier total 795 lbs, Front FWD axles, and industrial tires (Front 12.4-24.6 R1 and Rear 18.4-30.6 R1). If you provide a quotation for other than the Brand Name specified tractor you must provide technical information and/or descriptive literature about the product you propose so that a technical determinati on can be made in the review process. All proposals shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. It is anticipated that payment of the contract, r esulting from this CSS, will be made via government VISA credit card. Offerors shall account for any costs associated with accepting credit card payment in their proposal. All proposals shall be clearly marked with CCS number W9124R-05-T-0041 and emailed to erik.reta@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 16 June 2005 at Noon Mountain Standard Time (MST). In addition, all questions concerning this requirement must be emailed to erik.reta@yuma.army.mil no later than 9 June 2005 at 3:00 PM MST. Offerors that fail to furnish representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Pro visions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jan 2005). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual repres entations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. Note: In order to complete the Representations and Certifications for the following referenced provisions you m ust go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referenced clause, copy and paste it to a Word Document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005) with Alt ernate I (Apr 2002). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). FAR 52.211-16 Brand Name or Equal (Aug 1999). FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will be reviewed for compliance with the specifications. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Price will then be evaluated for offerors who se technical proposal and past performance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided the same or similar items. Past performance information shall include the following: 1) Cont ract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2005) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222 -37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 199 9). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies to this acquisition, and specifically 252.225-7001 Buy American Act Trad e Agreements Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to E rik Reta via email to erik.reta@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00820956-W 20050604/050602234855 (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 |