Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

38 -- Compact Track Loader

Notice Date
6/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-10-T-0021
 
Response Due
6/23/2010
 
Archive Date
8/22/2010
 
Point of Contact
christopher pease, 615-313-2656
 
E-Mail Address
USPFO for Tennessee
(christopher.k.pease@ng.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Solicitation number W912L7-10-T-0021 is hereby issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. The Tennessee Army National Guard has the following requirements. This requirement is being advertised as a small business set-aside; the North American Industry Classification System (NAICS) Code is 333120 with a Small Business Size Standard of 750 employees. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006) (Deviation) and DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation). Interested offerors must be registered in the Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. Quotes are due in this office no later than Wednesday, June 23, 2010 at 4:30 pm local CST. Quotes shall be emailed to christopher.k.pease@ng.army.mil. Point of Contact referencing this solicitation is Major Chris Pease at 615-313-2656. The award will be determined in the best interest to the Government based on a best value trade off process as outlined in FAR 15. All evaluation factors other than cost or price are approximately equal to cost or price. Please provide a quote, brand name or equal to the following requirement. The salient physical characteristics or specifications that equal products must meet or exceed are specified within this solicitation: Manufacturer: Bobcat Mfr. Part #: T320 Product Name: Compact Track Loader Quote shall be FOB destination with shipping charges included in prices. Offerors shall provide DUNS number, Tax ID and CAGE Code with quote. Compact Track Loader Specifications General: "Unit shall have a minimum rated operating capacity of 3200 pounds at 35% of tipping load "Unit shall have a maximum operating weight of 9,800 pounds "Unit shall have a minimum dump reach at a max height of 36 inches Engine: "Unit shall be powered by a minimum 90 HP turbo diesel engine "Unit shall have a minimum 30 gallon fuel tank capacity Cab: "Shall be Roll Over Protective Structure (ROPS) certified meeting ISO 3471 and Level II Falling Object Protective Structure (FOPS) meeting ISO 3449 requirements. "Shall have adjustable suspension seat, seat bar and retractable seat belt. "Shall be enclosed and have a heating/AC system. "Shall have a minimum thick laminated polycarbonate window for door, minimum thick polycarbonate top and rear windows "Shall have front and rear light guards "Shall have fire extinguisher, radiator debris screen, muffler guard, lift cylinder debris shields, and a hydraulic quick coupler guard. "Shall have an emergency exit system which allows for the removal of the front door Steering & Controls: "Unit shall have Standard Controls control the drive functions with dual steering lever, and manage the loader lift and tilt with dual foot pedals Hydraulic System Implement: "Hydraulic system shall have a high flow of at least 35 gpm at a pressure of 3,300 psi. It shall also have pressure-release quick couplers and fingertip auxiliary control. "Unit shall be equipped with rubber tracks with steel inserts with a width of at least 17 "Unit shall be equipped with a forestry cutter attachment with carbide teeth of at least 59 in width "Unit shall come with a front gate (attaches to the front of the cutter and reduces the front discharge of material and promotes longer processing into finer mulch) "Unit shall have an 80 heavy duty (side cutting edges shall be a minimum of 3/8 thick steel) construction & industrial bucket "Unit shall have an in-cab power mounted system to facilitate changing of attachments "Unit shall have a function lockouts instrumentation panel to prevent misuse or damage of attachments "Unit shall have instrumentation with at least the following readings: hour meter, engine temperature, fuel gauges and warning lights "Unit shall have a backup alarm and a horn "Unit shall have a safety interlock control system that requires the operator to be seated with seat bar in place in order to operate system Manuals: "Two (2) sets of operator manuals shall be included Warranty: "Unit shall have a minimum 12 months, unlimited hours warranty
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-10-T-0021/listing.html)
 
Place of Performance
Address: USPFO for Tennessee P.O. Box 40748, Nashville TN
Zip Code: 37204-0748
 
Record
SN02182371-W 20100620/100618235047-b2335ae04681acd8ce94a2e0382e0d86 (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.