Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

37 -- Toro #30344 Riding Lawn Mower Please contact MAJ Chris Tande @ 253-966-3490 or 253-380-6287, or bradley.c.tande@us.army.mil for further information.

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0043
 
Response Due
7/13/2007
 
Archive Date
9/11/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase of 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 so licitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-06-Q-0028 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2005-12 and DCN 20060814. This requirement is 100 percent Small Business Setaside witth a NAICS Code of 333111, and a size standard of 500. The description of the commercial item is for Toro #30344 or equal and read s as follows: CLIN 0001-0005, ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4 Each COMMERCIAL FRONT MOWER TORO GROUNDMASTER 3280, 28 HP, 3 CYLINDER LIQUID COOLED DIESEL ENGINE, 11.3 GALLON FUEL CAPACITY, M;ID MOUNTED RADIATOR, HYDROSTATIC TRANSMISSIN WITH SINGLE PEDAL CONTROL FOR FORWARD AND REVERSE, ON DEMAND FOUR WHEEL DRIVE WITH 2 EA POST ROPS, INDIVIUAL 7 inch TRACTION ASSIST BRAKES, HYDRAULIC POWER STEERING, TILT STEERING WHEEL, TWIN 2.75inch HYDRAULIC LIFT ARM CYLINDERS TORO #30344 FOB: Destination PURCHASE REQUEST NUMBER: W800D871710103 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 4 Each SIDE DISCHARGE DECK 72inch SIDE DISCHARGE DECK, TORO MODEL 30368 FOB: Destination PURCHASE REQUEST NUMBER: W800D871710103 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 4 Each SEAT, SUSPENSION MECHANICAL SEAT SUSPENSION, TORO #30312 FOB: Destination PURCHASE REQUEST NUMBER: W800D871710103 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 4 Each SEAT FFP SEAT, MILSCO, TORO # 30398 FOB: Destination PURCHASE REQUEST NUMBER: W800D871710103 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 4 Each REAR WEIGHT KIT FFP KIT, REAR WEIGHT, TORO #24-5780 FOB: Destination PURCHASE REQUEST NUMBER: W800D871710103 Delivery time shall be no later than 5 September 2007 to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. FOB point is destination. The selection resulting from this request for quotations will be made o n the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the -Request for Quotes- tab and the forms listed under this combined synopsis/solicitation number). Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter. Also, paragraphs (g) and (h) of FAR 52.212-1 are deleted. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4132, Identif ication of Contractors Employees  Fast Access Gate Program, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior not ice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor voluntarily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employees  Fast Acces s Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access an d inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use t he Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor mus t also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing greater than 12'-5in clearance) will require a time stamped searched- label to gain access to North Fort Lewis. Searched- labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5in in height and that t hey will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a -searched- label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as expl ained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During F orce Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the M ain Gate unless the contractor is otherwise notified by the Contracting Officer.- Local clause 52.111-4132 states: -a. Each employee who requires access to Fort Lewis to perform work under any contract, at any tier, must obtain either a fast access ident ification badge or a visitors pass to obtain access to Fort Lewis. A fast access identification badge will only be issued to an employee, at any tier, if the employee requires access to Fort Lewis more than twice per week. Contractor employees, at any t ier, who require access to Fort Lewis twice per week or less often or who do not participate in the Fast Access Gate Program shall obtain a visitors pass at the Main (Liberty) Gate or the Logistics Center Gate (or the DuPont Gate when the Logistics Center Gate is closed). The visitors pass will be issued for a maximum of 30 days at a time. A fast access identification badge will only be issued to contractor e mployees if the contractor participates in the Fast Access Gate Program. The Fast Access Gate Program is a voluntary program. b. The contractor shall provide information as required by the Fast Access Gate Program contractor (FAGPC), to enable the FAGPC to conduct a criminal history background check (CHBC) on contractor employees who are to have access to Fort Lewis. The contractor is responsible for paying the FAGPC any set-up fee and the fee per employee for conducting the CHBC and issuing the fast ac cess identification card. If the CHBC is not adverse, a fast access identification badge will be issued by the FAGPC to the contractor employee. If the CHBC is adverse, the FAGPC is prohibited from issuing a fast access identification badge to the contra ctor employee. If a fast access identification badge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitors pass; however, if the contractor employee does not meet the criteria for being issued a fast ac cess identification badge, the Government may, in its sole discretion, decide not to issue a visitors pass to the contractor employee. c. If an employee no longer needs an identification badge for any reason (e.g., quits his/her job or no longer perform s work under the contract), the contractor shall return the identification badge to the FAGPC within two (2) calendar days of such change. If the identification badge cannot be returned within the required time frame for any reason, the contractor shall i mmediately notify both the FAGPC and the Contracting Officer verbally, followed up in writing the next work day. An employees inability to obtain entrance to a Government installation because he/she does not have the required identification badge or visi tors pass shall not excuse timely performance of the requirements of this contract. The FAGPC or the Government may change the location at which identification badges are issued or returned, with or without advance notice to the contractor. Any such cha nges shall not be a basis for adjusting the contract price under any clause of this contract. d. Fast access identification badges shall not be reproduced or copied by the contractor, its subcontractors, or their employees. If an employees identificati on badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both the FAGPC and the Contracting Officer on the day such loss, theft, or reproduction is discovered, followed by a written report of the cir cumstances to both the FAGPC and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. e. Each contractor employee shall wear the fast access identification badge while performing work under the contrac t. The identification badge shall be worn on the upper front of the outer garment unless precluded by OSHA regulation(s). The identification badge shall not be used for access to any Government installation except for performance of work under the contra ct for which it was issued. f. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to the FAGPC. The final invoice will not be considered proper for purposes of the Prompt Payment Act ( FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. g. If the Fast Access Gate Program is terminated for any reason, the contractor will be notified by the Contracting Officer as to whether the fast access identific ation cards will remain valid (and, if so, for how long) and which gate(s) may be used for access to the installation.- Local clause 52.111-4004 states: -In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electr onic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail.- Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Te rms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The fo llowing clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Nam e or Equal, is applicable. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. Vendor shall certify that it is a Manufacturer Authorized Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with all applicable laws and policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. The Contracting Officer is not responsible for loca ting or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. The minimu m salient characteristics are: As described in CLIN 0001-0030. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under par agraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clause s and provisions are available at the following internet site: http://farsite.hill.af.mil. Telephonic or email inquires will be accepted, contact Major Brad Tande at 253-966-3490. 253-380-6287 or bradley.c.tande@us.army.mil, reference this combined synop sis 07-Q-0043 Toro Lawnmower. Quotes are due by 13 July, 2007 at 7:00 A.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradst reet number, CAGE code and Federal Tax ID number to MAJ Brad Tande at bradley.c.tande@us.army.mil Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc. Federal Business Opportunities. Numbered note 1 (one) applies to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01336024-W 20070708/070706220858 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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