Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2008 FBO #2482
SOLICITATION NOTICE

37 -- Purchase of Pipe Harrow (also known as Dixie Harrow)

Notice Date
9/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, Nevada Region, BLM-NV NEVADA STATE OFFICE* 1340 FINANCIAL BLVDPO BOX 12000 RENO NV 89520
 
ZIP Code
89520
 
Solicitation Number
FAQ080178
 
Response Due
9/15/2008
 
Archive Date
9/10/2009
 
Point of Contact
Tanya E. Arnberger Contract Specialist 7757530379 Tanya_Arnberger@nv.blm.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
FAQ080178 - Combined Synopsis/Solicitation - Pipe Harrow (also known as Dixie Harrow) BLM Winnemucca District Office, located in Winnemucca, Nevada This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. CONTRACTOR QUOTES SHOULD BE SUBMITTED VIA FAX (775-753-0246) OR EMAIL (Tanya_Arnberger@nv.blm.gov) This solicitation is issued as a Request for Quotation (RFQ) No. FAQ080178. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This combined synopsis is for a pipe harrow (also known as Dixie Harrow) as identified below, including delivery to the Winnemucca District Office in Winnemucca Nevada, within 45 days of receipt of order. There is NOT a separate line item for shipping. Costs proposed shall include shipping to the BLM office. All items shall be domestic made in accordance with the Buy American act. LINE ITEM 0001 - Pipe Harrow (also known as Dixie Harrow)Pipe Harrow Specifications (minimum) 24' wide, 15 pipesMain header beam: rectangular metal 8" tall x 12" wide, minimum ?" thickMain beam must attach to tractor with 1" cable pullCable pull to attach to main beam with 3/4" hammerlocks at three pointsCable attachment points on main beam to be made of AR plate (hardened steel) placed through main beam and welded in place.1" x 4" x 18" bar placed through main header beam for leg attachment.1" x 4" Grade 8 bolts hold plates in place on both ends5/8" hammerlock high tensile steel hooks to that piece for leg attachments15- 1" eye to eye swivels are used to attach legsLegs have one 7/8" oblong master ring welded to leg for attachment to swivelsLegs are 10' piece of 5" round drill pipe with minimum 3/8" wall thickness5 diggers per leg attached by placing digger piece through leg and weldingDiggers are 6" x 20" long x 1" thick AR plate (hardened steel) Legs to be attached together parallel to each other with 7/8" cable with spacers of 6" long heavy wall pipe sleeve YOUR QUOTE SHOULD INCLUDE THE SPECIFICATIONS FOR THE ITEM YOU ARE PROPOSING. BROCHURES, SPEC SHEETS, OR OTHER LITERATURE CAN BE SUBMITTED. The following clauses/provisions are applicable for this requirement: 52.212-01, Instructions to Offerors - Commercial Items (JUN 2008); 52.212-02, Evaluation - Commercial Item (JAN 1999) (evaluation factors, in order of importance, will be proposed Pipe Harrow in accordance with government specifications and price); 52.212-03 Offeror Representations and Certifications - Commercial Items (JUN 2008); 52.212-04 - Contract Terms and Conditions - Commercial Items (FEB 2007); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUN 2008); 52.204-7 - Central Contractor Registration (APR 2008); 52.219-06 - Notice of Total Small Business Set Aside (JUN 2003); 52.222-3 - Convict Labor (JUN 2003); 52.222-19 - Child Labor (FEB 2008); 52.222-21 - Prohibition of Segregated Facilities (FEB 1999); 52.222-26 - Equal Opportunity (MAR 2007); 52.222-36 - Affirmative Action for Workers with Disabilities (JUN 1998); 52.225-3 - Buy American Act - Free Trade Agreements-Israeli Trade Act (AUG 2007) and Alternate 1 (JAN 2004); 52.225-4 - Buy American Act - Free Trade Agreements - Israeli Trade Act Certificate (AUG 2007) and Alternate 1 (JAN 2004); 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003); 52.232-36 - Payment by Third Party (MAY 1999); 52.243-1 Changes - Fixed Price (AUG 1987); and 52.247-34 - F.O.B. Destination (NOV 1991). THE ABOVE FAR PROVISIONS AND CLAUSES CAN BE ACCESSED AT: http://www.arnet.gov/far It is the quoters responsibility to review all the FAR clauses and submit any information required. Prospective contractors MUST be registered in Central Contractor Registration (CCR) PRIOR to award. Registration for CCR can be completed at http://www.ccr.gov. Quotes shall include the contractors Dun & Bradstreet Number (DUNS). The quoter shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. This submittal is not required if the contractor is currently registered at the Online Representation and Certification Application website at http://orca.bpn.gov QUOTES ARE DUE BY 4:30 PM (PST) MONDAY, SEPTEMBER 15th, 2008. QUOTES MUST BE SUBMITTED TO TANYA ARNBERGER. PLEASE INCLUDE THE RFQ # FAQ080178 AND YOUR DUN & BRADSTREET (DUNS) NUMBER ON THE QUOTE. Quotes can be emailed to Tanya_Arnberger@nv.blm.gov, faxed to 775-753-0246, or mailed to BLM - Elko District Office, 3900 East Idaho Street, Attn: Tanya Arnberger, Elko, NV 89801. This procurement is 100% set-aside for small business. The North American Industry Classification System (NAICS) code 333111. (The Size Standard in number of employees is 500). Any questions regarding the above information may be directed to Tanya Arnberger at 775-753-0379 or e-mail at Tanya_Arnberger@nv.blm.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f928fc57da6ea08f0fc4f65c6794c3d9&tab=core&_cview=1)
 
Place of Performance
Address: Winnemucca, NV<br />
Zip Code: 89445<br />
 
Record
SN01666105-W 20080912/080910222319-f928fc57da6ea08f0fc4f65c6794c3d9 (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.