MODIFICATION
23 -- PURCHASE 2 EACH END DUMP TRAILERS FOR THE INYO N.F.
- Notice Date
- 5/13/2009
- Notice Type
- Modification
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- 631 Coyote Street Nevada City CA 95959-2250
- ZIP Code
- 95959-2250
- Solicitation Number
- AG-91U9-S-09-0007
- Response Due
- 5/19/2009
- Point of Contact
- Carrol J Jagger, Purchasing Agent, Phone 530-621-5232, Fax 530-621-5258, - Mike Heckendorn, IBET FLEET MANAGER, Phone 530-621-5289
- E-Mail Address
-
cjagger@fs.fed.us, mheckendorn@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 001 TO THIS SOLICITATION CHANGES THE SPECIFICATIONS FOR THE END DUMP TRAILERS. SEE THE SPECIFICATIONS BELOW: The USDA Forest Service, IBET Province Fleet Management has a need to purchase 2 End Dump trailers for the Inyo National Forest, Bishop, California. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This Solicitation identified as RFQ AG-91U9-S-09-0007 is a Request for Quotations. This announcement constitutes the only solicitation, quotes are being requested and no written solicitation will be issued. The NAICS code is 333120 Construction Machinery. This solicitation will be a small business set-aside. The size requirements for this NAIC is 750 employees or less. This solicitation is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. 2 EA END DUMP TRAILERS $___________ = $_______________ AS PER THE SPECIFICATIONS BELOW: NOT TO EXCEED 32 FEET IN LENGTH; HALF ROUND END DUMP FRAMELESS 1/4 INCH AR450 STEEL FRAME 3/16 INCH AR450 STEEL NOSE & GATE 48 INCH SIDES 25 TO 29 CUBIC YD. CAPACITY 12 INCH X 4 INCH X 1/4 INCH HIGH STRENGTH STEEL TOP RAIL W/INTEGRATED TOP ANGLE 8 INCH X 8 INCH X 1/4 INCH HIGH STRENGTH STEEL LONGITUDINAL 1/4 INCH HIGH STRENGTH STEEL INTERNALLY STIFFENED BODY BRACES 5 INCH X 3 INCH X 3/16 INCH STEELTUBE DROP ARMS W/DROP LEGS 8 INCH 5 STAGE INVERTED TRUNION MOUNT HOIST HUTCH H900 SINGLE POINT SUSPENSION, KEEP ALL (8) TIRES ON THE GROUND Two (2) 25,000 lb. 5 INCH TUBULAR AXLES WITH 16 ½ INCH X 7 INCH CAM BRAKES ABS BRAKES ON ONE AXLE, 2 SENSORS AND MODULATOR VALVE EIGHT (8) WHEELS 8.25 X 24.5 STEEL DISC EIGHT (8) 11R 24.5 RADIAL TIRES TIRES: ALL TIRES TO REMAIN ON GROUND IN LIFT POSITION (SAFETY FEATURE) AIR OPERATED HIGH LIFT TAILGATE WITH 87 INCH CLEARENCE. BRACING 5 Ύ INCH X 3 Ύ INCH X 3/16 INCH HIGH STRENGTH STEEL MUDFLAPS INTEGRATED OVER THE CENTER LOCKS, (Elect. Over air gate control w/manual over ride) FRONT & REAR LADDERS FRONT & REAR FENDERS CUSTOM FIT & FULLY SEALED WIRE HARNESS WHITE PAINT DELIVERY LOCATION: The USDA Forest Service will pick up from dealer/manufacturer providing the location is within 500 miles of Bishop, California. CONTACT: Mr. Mike Heckendorn, 530-621-5289 DELIVERY TIME FRAME: Delivery 30 to 45 days after receipt of order. Call contact 24 to 48 hours in advance of delivery. SUBMISSION OF QUOTES: Offerors shall submit quotes to the office specified in this Solicitation on or before the exact time specified in the Solicitation. As a minimum, quotes shall show: (1) Solicitation No.; (2) name and address of offeror on company business letterhead or form, no later than close of business May 19, 2009. (3) Address quote to Attn: Carrol Jagger, Contracting Officer, USDA Forest Service, 100 Forni Road, Placerville, CA 95667 or Fax Quotes to: (530) 621.5258; (4) price per end dump trailer including any delivery charges to local dealer; (5) specification pages; internet sites, and/or brochures that show the equipment meets specifications; (6) delivery time upon receipt of order, (7) remit to address, if different than mailing address; (8) DUN AND BRADSTREET NUMBER to verify Central Contractor Registration http://www.ccr.gov ; (9) Tax Identification Number; (10) completed ORCA registration, http://www.bpn.gov OR completed copy of the Representations and Certifications at FAR 52.212-3; and (11) acknowledgement of any Solicitation amendments. PLEASE NOTE: Multiple quotes of different machines from the same vendor are acceptable EVALUATION: Quotes shall be evaluated (1) Does the equipment meet or exceed the specifications. It is the contractors responsibility to provide enough information for the government to make a determination as to whether it meets/exceeds specification. The information can be internet sites, specification sheets, and/or brochures; (2) delivery location (the location must be within 500 miles of Bishop, California); and (3) price. PROVISIONS AND CLAUSES: (a) The contractor shall comply with the following FAR clauses (current revision) which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: (full text of all provisions and clauses to be found at: http://acquisition.gov/comp/far/loadmainre.html ) 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim (b) The contractor shall complete with FAR clauses (current revision) in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to the acquisition of commercial items: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors--Commercial Items 52-212-2 Evaluations Commercial Items 52.212-3 Offeror Representations and Certifications--Commercial Items (ORCA REGISTRATION IS REQUIRED OR THIS CERTIFICATION MUST BE SUBMITTED WITH QUOTE) 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 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payments by Electronic Funds Transfer--Central Contractor Registration NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-91U9-S-09-0007/listing.html)
- Place of Performance
- Address: Bishop, CA
- Zip Code: 93514
- Country: US
- Zip Code: 93514
- Record
- SN01816055-F 20090515/090513233043 (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 |