SOLICITATION NOTICE
37 -- Purchase of a brand name or equal DHC 144SC 12ft Rotary Tiller and Sod Buster Combination
- Notice Date
- 6/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, Fish and Wildlife Service, CGS-WO, Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
- ZIP Code
- 97232
- Solicitation Number
- 101818Q600
- Response Due
- 6/13/2008
- Archive Date
- 6/4/2009
- Point of Contact
- Cheryl Mockford Contracting Officer 5032312394 cheryl_mockford@fws.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION - This is a combined synopsis/solicitation issued by the U.S. Fish and Wildlife Service, Region 1, Cathlamet, Washington 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: quotations are being requested and a written solicitation will not be issued. The solicitation number 101818Q600 is issued as a request for quotations and incorporated provisions and clauses that are in effect through FAC2005-18, Effective June 13, 2008. This procurement action is unrestricted and the solicitation is being issued as Request for Quote (RFQ) Brand Name or Equal FAR 52.211-6. The NAICS code is 333111. This solicitation is identified as "Brand name or equal" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs; The Julia Butler Hansen Refuge of Cathlamet, Washington is in need of a 12' belt driven Rotary Tiller / Sodbuster combination that can provide a one pass vegetation removal and soil preparation for the reduction of fuels in areas where volatile fuels can be efficiently removed and native vegetation establishment can occur quickly. Features must meet or exceed the following specifications: 12' tiller at least, " to 3/16" steel frame and structural supports, 2" to 14" depth control, three point hitch, (6 minimum) belt driven system to absorb shock to the tiller unit and provide slippage when pressure from rocks, logs, or other debris is encountered in restorations operations, dual drive gear box, gear case cooler, 3/8" rotary blades (hardonite), 55N P.T.O., 23" swivel gauge wheels (2), rear tool bar, a solid metal roller with a scraper, and at least a 3" solid main shaft. Include shipping in the total price. FOB Destination BASIS OF AWARD: The government anticipates award or a contract resulting from this solicitation to the responsive/responsible quoter whose quote conforms to the solicitation and is most price advantageous to the government. Award will be made on a best value analysis to include price, past performance, certifications, and quality. Offeror(s) proposing alternative types/brands than those indicated bear the burden of proof that an item is in fact equal or better. PLACE OF DELIVERY - Julia Butler Hansen Refuge, US Fish and Wildlife, 46 Steam Slough Road, Cathlamet, WA 98612. LEGAL OBLIGATIONS - The contractor shall be responsible for the observance of all applicable Federal, State, and local laws governing the shipment of this item and maintaining any required management practices. RULES AND REGULATIONS - The contractor shall deliver in the conformance with such appropriate Refuge regulations as the Manager may prescribe, and shall also conduct the operation as not to interfere with or endanger the ordinary use of structures, roads, utilities, and other Refuge facilities. Special attention should be given to the protection of facilities, wildlife and vegetation adjacent to the delivery areas. PROVISIONS AND CLAUSES - In addition, FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed on-line at www://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.211-6 Brand Name or Equal. SUBMISSION REQUIREMENTS: OFFERS ARE DUE ON June 13, 2008 AT 4:30PM LOCAL TIME. Quotes may be submitted on letterhead and must include, at a minimum, lump sum price for the item, prompt payment terms, warranty terms, contract remittance address, DUNS number, federal tax identification number, name, phone number and address of your point of contact, a completed copy of FAR 52.212-3, and the proposed submittals described above. Quoters should include past performance information along with their quote. Also include any proof of certifications as requested above in the system requirements section. Submit one copy of quote to: U.S. Fish and Wildlife Service, Division of Contracting & General Services, Attn: Cheryl Mockford, 911 NE 11th Avenue, Portland, OR 97232-4181. Amendments to this solicitation will be posted to the FWS electronic commerce website (https://ideasec.nbc.gov), it is your responsibility to monitor the website. In order to receive the award, vendor must be registered at http://www.ccr.gov and at http://ideasec.nbc.gov and https://orca.bpn.gov/. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). The government reserves the right to cancel this solicitation. Payment under this contract will be made by electronic funds transfer. Any contractor/vendor interested in participating in this acquisition MUST be registered in Central Contractor Registration (CCR) at www.ccr.gov before purchase order is issued. The provision at 52.212-2, Evaluation - Commercial items, applies to this acquisition. CLAUSES INCORPORATED IN THIS SOLICITATION: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-3 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer shall make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acqnet.gov CLAUSE TITLE 52.212-01 Instructions to Offerors Commercial Items 52.212-02 Evaluation Commercial Items 52.212-04 Contract Terms and Conditions ? Commercial Items 52.212-05 Contract Terms and Conditions Required to Implement Statutes Executive Orders-Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.236-12 Cleaning Up 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.223-15 Restrictions on Certain Foreign Purchases 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim Please submit all questions by email to: cheryl_mockford@fws.gov. POINT OF CONTACT: Offerors interested in submitting a Proposal, or requiring additional information on this solicitation should contact: Cheryl Mockford, Contracting and General Services Division, U.S. Fish and Wildlife Service, phone (503) 231-2394, fax (503) 231-6259, email: cheryl_mockford@fws.gov. Please submit all questions by email or in writing.Contracting Office Address: Contracting and General Services, U.S. Fish & Wildlife Service, 911 NE 11th Avenue, Portland, OR 97232Place of Performance: Julia Butler Hansen Refuge, 46 Stream Slough Road, Cathlamet, Washington 98612Point of Contact(s): Cheryl Mockford Contract Specialist 503-231-2394 Cheryl_mockford@fws.gov; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=56522073da984bf821e235ddc53280b7&tab=core&_cview=1)
- Place of Performance
- Address: Julia Butler Hansen RefugeUS Fish and Wildlife46 Steam Slough RoadCathlamet, WA 98612
- Zip Code: 98612
- Zip Code: 98612
- Record
- SN01586868-W 20080606/080604220310-56522073da984bf821e235ddc53280b7 (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 |