SOLICITATION NOTICE
38 -- Supply and Deliver Track Based Brush Chipper, Shasta-Trinity National Forest
- Notice Date
- 2/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Northern Province Acquisitions, Yreka Office, 1312 Fairlane Road, Yreka, California, 96097, United States
- ZIP Code
- 96097
- Solicitation Number
- AG-91W8-S-09-0004
- Response Due
- 3/12/2009 4:30:00 PM
- Point of Contact
- Lori A Contreras,, Phone: 530 841-4409, Anna Wargin,, Phone: 530 841-4411
- E-Mail Address
-
lcontreras@fs.fed.us, awargin@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 documents, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. Solicitation number AG-91W8-S-09-0004 is issued as a Request for Quotation (RFQ) in accordance with FAR subpart 13.5. This acquisition is a 100% small business set-aside. The Northern American Industry Classification System (NAICS) code is 333120 and the size standard is 750 Employees. A firm-fixed price purchase order will be issued for these Commercial Items. All items must be covered by the manufacturer’s warranty. This is a combined synopsis/solicitation for the supply and delivery of the following items: Quantity: One (1) – Track based brush chipper for the use in forestry and fuels reduction practices. The specified machine shall meet the specifications identified below. The specification for a self-propelled unit that is capable of operating away from a road system and without a vehicle for towing is necessary in order to operate on a majority of the Forest where roads are either not available or not practical for use. The machinery shall be delivered to the Shasta Lake Ranger Station, 14225 Holiday Road, Redding, California, or the closest authorized dealership. Specifications: SIZE: Total Vehicle Length: under 16.5 feet; total vehicle width: under 8 feet; total vehicle weight: under 9,000 pounds; VEHICLE CAPABILITIES: Chipping capacity: over 15 inches; feed system: Hydraulic, reversible; emergency feed system shut-off; Rubber-tracked mobility; remote control for transport; ENGINE: Diesel Fuel type; Horsepower: over 120 HP; Fuel Tank Capacity: over 30 gal.; Hydraulic Oil Capacity: over 12 gal.; Tachometer; MISC ITEMS: 2 sets of knives; radiator brush guard. Contract time: 45 calendar days. A delivery schedule will be agreed upon and delivery will be executed within the contract time specified. Contractor shall provide an on-site demonstration regarding safe operation and maintenance after product has been purchased and delivered to Shasta Lake Ranger District. Contractor will provide all labor, supervision, transportation, services and facilities necessary to perform work. Evaluation--Commercial Items is applicable. The Government will award the contract to that responsible vendor whose quotation, conforming to the combined synopsis/solicitation, will be most advantageous to the Government, considering price and the price-related factors included in the combined synopsis/solicitation. Factor One - Price of product and delivery. Factor Two - Vendor's availability to perform and deliver product by specified dates. Factor Three – Vendor’s applicable past performance and experience. Price and non price evaluation criteria are equal. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, must be completed and included with offer. These clauses can be accessed through the website http://www.arnet.gov/far/. The following FAR clauses apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1, 52.212-1, Instructions to Offerors - Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, with the following additional FAR clauses cited in the clause which are applicable to this acquisition. 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign 52.232-34 Payment by Electronic Funds Transfer -- Other than Central Contractor Registration. For information regarding this solicitation, contact Lori Contreras at 530-841-4409. Vendors wishing to respond to this solicitation should fax their responses to Fax Number (530) 530-841-4539, Attn: Lori Contreras. Reference the solicitation number listed above. Quotations must be in writing accompanied by the completed representations and certifications. Quotations are due no later than March 12, 2009, 4:30 p.m. Pacific Standard Time. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=abdab634ee64e89ee18f34599b6fdade&tab=core&_cview=1)
- Place of Performance
- Address: Shasta Lake Ranger District, Shasta-Trinity National Forest, Redding, California, 96003, United States
- Zip Code: 96003
- Zip Code: 96003
- Record
- SN01755430-W 20090226/090224215715-abdab634ee64e89ee18f34599b6fdade (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 |