Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

38 -- Loader, Tracked

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-8/SRS Eastern Administrative Zone, 200 WT Weaver Blvd., Asheville, NC, 28804, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-4660-S-07-0016
 
Response Due
8/29/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This solicitation is issued as a Request for Quotation (RFQ) AG-4660-S-07-0016. This solicitation is for the following: Contract Item number 0001, 1 ea, Loader, Tracked, Multi-terrain compact; Engine: Diesel, Net Horsepower 50 to 65, Liquid cooled; Operating Specifications: Operating Maximum Weight 8500 lbs. Track roller per side Minimum 3, with front and rear idlers. Ground Pressure Maximum 6 PSI. Rated Operating Capacities Minimum 1800 lbs. Hydraulic Flow Rate Minimum 16 GPM. breakout Force Minimum 3000 lbs. Vehicle Width Maximum, With Tracks 80 inches. Ground Clearance Minimum 8 inches. Auxiliary Hydraulic steel supply lines on front boom with quick connect couplings. Self Leveling Bucket System. Quick Connect Attachment System; Operators Station: Cab with Heat and Air Condition. Side and Rear Glass with Brush Protection. Work Lights Two Front and Two Rear with Brush Protection. Amber Strobe Light on Top of Cab. Suspension Vinyl Seat. Throttle Control Hand and or foot control. Backup Alarm. Gauge Package to include: Fuel level, Engine Temp, Hydraulic Temp, Engine RPM. Operator Restraint system. Roll over Protection (ROPS); Attachments: Multi-Purpose (Hydraulic 4-in-1) Bucket with replaceable Cutting Edge. Box Blade. Caterpillar 257B, Case 422, John Deere CT332, Bobcat T180 OR EQUAL. Minimum of one year manufacture parts and labor warranty NAICS Code: 423810, Standard: 500 Employees. This is a total small business set-aside. Delivery within 120 days after contract award. Offerors must submit descriptive literature if offering the equivalent to the models listed. Offerors shall provide at least 3 past performance references. (Contract number, POC and telephone number, equipment purchased, contract value). Deliver F.O.B. Destination to the physical address indicated in this announcement for USDA Forest Service?Savannah River. Deliver loader with all fluids filled in compliance with manufacture recommendations. Equipment shall be ready for full operation with one set of operators manuals, parts and repair manuals at time of delivery. No loading dock is available. FAR provision 52.212-1, Instructions to Offerors-Commercial Items applies. 52.212-2-Evaluation-Commercial Items apply to this procurement. Evaluation criteria as follows: The Corporation will award a purchase order to the offeror that provides the loader that represents the best value to the Government. The basis for award will be an integrated assessment based on the offeror complying with the technical requirements of the solicitation and then a tradeoff between past performance and price. Past performance is more important and price. Offerors shall include a completed copy of FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items with their quotation. FAR Clause 52.212-4-Contract Terms and Conditions-Commercial Items applies to this procurement. FAR clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable to this procurement along with the following FAR clauses cited in the clause.52.219-6-Notice of Total Small Business Set-Aside, Alternate I, 52.219-28, Post Award Small Business Program Re-representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities. 52.222-26-Equal Opportunity, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36-Affirmative Action for Workers with Disabilities 52.225-3-Buy American Act-Free Trade Agreements-Israeli Trade Act , 52.225-13-Restriction on Certain Foreign Purchases; 52-232-33-Payment by Electronic Funds Transfer-Central Contractor Registration. Also FAR 52.247-34-F.O.B. Destination and FAR 52.204-7, Central Contractor Registration applies to this procurement. Offerors must register on the site in order to receive notification of changes to the solicitation. The offeror is responsible for monitoring this site for release of the solicitation and any subsequent postings. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed by and ORCA. CCR can be obtained by accessing the Internet www.ccr.gov or by calling 1-888-227-2423. ORCA can be obtained by accessing the Internet, www.bpn.gov. The Full text of the FAR clauses can be accessed on the Internet at www.arnet.gov.far. All quotes shall include the solicitation number, company name, address, phone and fax numbers, point of contact, Taxpayer Identification number, and DUNS number. Quotations shall be submitted to email address provided. Mailing address: P.O Box 700, New Ellenton, SC 29809. Physical Address: 1 mile inside Aiken barricade, SRS, Bldg 760-15G, Aiken SC 29802 by 4:30PM, August 29, 2007. For additional information, contact Margie Yeaton, Contracting Officer, at (803) 725-0239 or e-mail to myeaton@fs.fed.us
 
Place of Performance
Address: USDA Forest Service Savannah River, 1 mile inside Aiken barricade, SRS, Aiken SC
Zip Code: 29802
Country: UNITED STATES
 
Record
SN01371650-W 20070816/070814220340 (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.