Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

23 -- RECOVERY - FFS Project No. C584; TAS::14 1126::TAS - EB Slash Recovery - Biomass Project

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
30181RJQ630
 
Response Due
9/21/2009
 
Archive Date
9/17/2010
 
Point of Contact
Cathy L. Vanatta Chief, Constr & Acquisition 6127135205 Cathy_Vanatta@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - SPECIALIZED SKID STEER WITH HD GRAPPLE FORK ATTACHMENT COMPATIBLE WITH FORESTY SAFETY PACKAGE RECOVERY - This is a combined synopsis/solicitation to acquire quotes to fulfill the requirement stated herein.(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number 30181RQ630 is being issued in a Request For Quotations (RFQ) format. (iii) This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. (iv) This solicitation is advertised as full and open competition as a BEST VALUE procurement. The North American Industrial Classification System (NAICS) code is 532412, with a corresponding small business size standard of $7.0 gross annual receipts. All offerors must disclose their appropriate size standard in the submitted quotation(s) in order for the quotation to be considered responsive to this solicitation. (v) The contractor shall supply a tracked skid steer with HD grapple fork attachment (Caterpillar 297-C or 299C or equal). Specificatons include; minimum 90 horsepower; enclosed cab with heat and air conditioning; Rollover Protection System; High flow hydraulics (30-37 gals per minute); Back-up alarm; (2-speed low and high); Service contract (min. 250 hour service); "Quick" attachment system capable of accepting a Fecon flail head (Caterpillar or Bobcat type system); "Quick connect" hoses for Fecon flail head; HD Grapple fork must be 72-78 inches wide; Reverse gear must be operational if front end attachment hydraulics are not operating at/near full RPM's. Optional features: Engine block heater; Falling Object Protection System; Rear View Mirror; Hydraulic coupler, selectable pattern control; selectable implement control; selectable work speed control. Vendor must submit pricing for delivered product FOB:D, brand name, model and features of equipment proposed; and delivery date available. Equipment must come with Forestry Safety Package (a FWS minimum safety standard). Quote must state warranty provisions. Award will be made to the offeror whose quotation provides the most suitable equipment, convenience in location for service and customer support, price, features, availability, warranty and optional features considered. Funding for this item is provided by the American Recovery and Reinvestment Act. The proposed product MUST meet Buy America Act provisions stated in the provisions included in this solicitation. Vendors must be registered in Central Contractor Registry (http://www.ccr.gov) (vi) n/a (vii) Delivery of the equipment shall be made F.O.B. Destination to the U.S. Fish and Wildlife Services Necedah National Wildlife Refuge, W7996 20th Street West, Necedah, WI. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). In addition, the following provisions/clauses apply to the acquisition: FAR 52.252-02; 52.212-05 and 144804.01 (American recovery and Reinvestment Act - Information Request -- In order to measure the effectiveness of our acquisition process to meet the intent of the American Recovery and Reinvestment Act, please provide teh following for INFORMATIONAL PURPOSES ONLY: (1) The approximate number of employees to be offered or retained continued employment by the prime contractor as a result of this contract: ____ Full Time employees/ _____ Part Time Employees; (2) The approximate value of expenditures to the local economy as a result of this contract through purchase or subcontract opprortunities is: $___________; (3) The following are examples of products and or services that will be acquired by the prime contractor through local sources in the vicinity of the project site: (please list all that apply). (ix) Quotes will be evaluated and award will be made to the lowest responsive, responsible offeror submitting a whose offere represents the best value to the government, price and other features considered. (x) Each offeror shall complete, and include with its quotation, FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. In lieu of submitting completed provision 52.212-3, offerors are encouraged to complete the on-line Representations and Certifications (ORCA) at www.orca.gov, citing NAICS 532412 for this solicitation. Failure to submit provision 52.212-3 or ORCA, properly completed, may result in a non-responsive quotation. (xi) The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items pertains as applicable to this acquisition. The following FAR clauses cited in the clause are applicable to this solicitation: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, and 52.232-36. (xiii) All or part of this contract award is the direct result of funding provided by the American Recovery and Reinvestment Act. Additional reporting requirements may apply to awardee. (xiv) [N/A] (xv) [N/A] (xvi) Quotes are due to the U.S. Fish and Wildlife Service, Region 3, Contracting and Facilities Management Office, 1 Federal Drive, Fort Snelling, Minnesota 55111-4056 by 4:30 p.m. CDT on September 22, 2009. Offerors may submit quotes by mail or facsimile transmission to the attention of Cathy Vanatta. The fax number is 612-713-5151. Quotes are to include a completed FAR Clause 52.212-3 or ORCA registration, and be signed and dated by an offeror's authorized representative. Incorporate this RFQ No. 30181RQ630 into the quote either by reference or direct attachment. (xvii) Questions about this solicitation should be directed to Contracting Officer Cathy Vanatta at telephone number (612) 713-5205 or email at cathy_vanatta@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/30181RJQ630/listing.html)
 
Place of Performance
Address: Delivery to Necedah, WI
Zip Code: 54646
 
Record
SN01959170-W 20090919/090918000337-8d2ce2431448cdb1c401d9acd7c43ab8 (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.