Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2010 FBO #3215
SOLICITATION NOTICE

37 -- Engineer Equipment

Notice Date
9/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
14136 Burke Road, Fort A.P. Hill, VA 22427
 
ZIP Code
22427
 
Solicitation Number
W26DJ20253N206
 
Response Due
9/14/2010
 
Archive Date
3/13/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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 Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W26DJ20253N206 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 333112 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-14 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort A.P. Hill, VA 22427 The USA ACC MICC Fort Belvoir, Capital District Contracting Center requires the following items, Meet or Exceed, to the following: LI 001, BACKHOE/LOADER WITH CAB TO INCLUDE DELIVERY - 1. Cab. Duel doors with air conditioning, isolation mounted modular design ROPS/FOPS Cab (conforms to SAE J1040) molded roof; tinted safety glass; deluxe interior trim; headliner; molded floor mats; 26,000 BTU air conditioning with CFC free R134a refrigerant; 40,000 BTU heater/defroster/pressurizer (3 speed); air suspension, fabric, swivel seat with fully adjustable lumbar adjustment and arm rests; 3 seat belt; sun visor; AM/FM/WB with CD radio; tilt steering wheel; ride control; front 2-speed wiper and rear 1-speed wiper and washers; two front driving/working halogen lights 35,200 candlepower each; two rear working halogen lights 35,200 candlepower each; six additional work roof lights adds 2 on the front, 2 on the rear, and one on each side of the roof; Four turn signal/flashing/rear stop/tail lights 2 on the front and 2 on the rear; two rear reflectors. 2. Engine. 4.5 liter (276 cubic inch) engine, certified EPA Tier 3 and EU Stage IIIA emissions (84 net peak horsepower). Turbocharged; wet cylinder sleeve liners; serpentine belt with automatic belt tensioner; vertical spin-on engine oil filter; spin-on fuel filter with water separator; dual safety element dry-type air cleaner with evacuator valve; muffler, under hood with vertical curved exhaust stack. 3. Tires/Axle. Mechanical front wheel drive (4 wd) with open differential and powershift transmission; includes torque converter with electronically actuated twist grip F-N-R in 1st through 4th gears. Tires: 19.5L-24 inch, PR (R4) Tubeless Rear and 305/70D 16.5 NHS 10 PR traction front sure grip lug tires. 4. Misc. a. Quick coupler for use with buckets. b. 18 H.D. backhoe bucket, 5.1 cubic feet capacity. c. 1.25 cubic yard, 86 inch wide heavy duty long lip bucket with skid plates and no cutting edge. d. 1,250 lb. front counterweight. e. Dual batteries, 300 minute reserve capacity (1900 CCA) and dual battery disconnect. f. Full MFWD guard. g. Extendible dipperstick with five function hydraulics; standard stabilizers with cam lock reversible pads. h. Two lever controls. i. Loader with three function hydraulics two lever for pin-on multipurpose bucket. 5. Attachments. a. Beacon/Strobe ready wiring kit. b. Rotating beacon kit. c. Bucket, 24 top hook coupler, heavy duty., 1, EA; LI 002, BACKHOE/LOADER WITH CAB TO INCLUDE DELIVERY - 1. Cab. Duel doors with air conditioning, isolation mounted modular design ROPS/FOPS Cab (conforms to SAE J1040) molded roof; tinted safety glass; deluxe interior trim; headliner; molded floor mats; 26,000 BTU air conditioning with CFC free R134a refrigerant; 40,000 BTU heater/defroster/pressurizer (3 speed); air suspension, fabric, swivel seat with fully adjustable lumbar adjustment and arm rests; 3 seat belt; sun visor; AM/FM/WB with CD radio; tilt steering wheel; ride control; front 2-speed wiper and rear 1-speed wiper and washers; two front driving/working halogen lights 35,200 candlepower each; two rear working halogen lights 35,200 candlepower each; six additional work roof lights adds 2 on the front, 2 on the rear, and one on each side of the roof; Four turn signal/flashing/rear stop/tail lights 2 on the front and 2 on the rear; two rear reflectors. Front windshield washer. 2. Engine. 4.5L (276 Cubic inches), Engine Certified EPA Tier 3 and EU Stage IIIA Emissions (98 Net Peak hp); Turbocharged with Wet Sleeve Cylinder Liners; serpentine belt with automatic belt tensioner; enclosed safety fan guard; vertical spin-on engine oil filter; spin-on fuel filter with water separator; dual safety element dry-type air cleaner with evacuator valve; muffler under hood with vertical curved exhaust stack.3. Tires/Axle. Mechanical front wheel drive (4 wd) with open differential and powershift transmission; includes torque converter with electronically actuated twist grip F-N-R in 1st through 4th gears. Tires: 21Lx24 12PR (R4) Tubeless Rear and 12.5/80-18 10 PR traction front sure grip lug tires. 4. Misc. a. Does not include backhoe coupler, backhoe bucket with pin or loader bucket. b. Loader with three function hydraulics 2 lever for pin-on multipurpose bucket. c. Extendible Dipperstick; 5 function hydraulics; extended stabilizers with pin lock reversible pads. d. 1,250 lb. front counterweight. e. Dual batteries, 300 minute reserve capacity (1900 CCA). f. Full MFWD guard. g. Engine coolant heater. h. Ride control. 5. Attachments. a. Bucket, 24 H.D., 8.8 cubic foot capacity. b. 36 H&H bucket. c. CIT pallet forks., 1, EA; LI 003, BUSH HOG, TRACTOR PULLED, 15 FOOT CUT TO INCLUDE DELIVERY - 1. Flex-Wing Rotary Cutter Cutting Width: 180 inches; Cutting Height: 1 to 16 inches Tractor Compatibility: Tractor PTO HP Range: 55+; Tractor PTO: 540 Hitch: Pull-type with ball-type self-leveling hitch clevis for easy hookup. Jack Stand: Hydraulically operated; stays vertical while raising/lowering. Dimensions: Transport width: 110 inches at wing wheels; 183 inches overall width; 194 inches overall length. Dome shaped top deck with a double decker deck type. Deck thickness:10 gauge (upper), 7 gauge (lower). Hinges: Intermittent cast steel segments-greaseable; single 1 inch diameter full-length hinge pin. Blades:.5 inches thick; 4 inches wide; type: suction or offset; blade rotation: CW, CCW, CCW; smooth, obstruction free cutting chamber for a clean cut and no windrows. Blade Holder: Round stump jumper and standard deck rings. Hydraulics: Standard wing lifts including spring assist unfolding. Constant Velocity Driveline, Category 5, 540 RPM. Tires: 26 X 9 X 14.5 Ply Fat Boy severe duty agriculture type. Front and rear chain safety shields. 10,000 lb safety tow chain. Attachments: 1. Implement Jack Kit to include a 15 inch, 5,000 lb. side wind crank implement jack. 2. Dual wing wheel spindles, hubs and 26 X 9 X 14.5 Ply Fat Boy severe duty agriculture type tires., 2, EA; LI 004, RIDING MOWERS, 4 X 4 TO INCLUDE DELIVERY - Commercial type front mower (less mower deck); 30.9 gross and 29.5 net horsepower; 3,000 RPM rated engine; diesel fuel; liquid cooling with capacity of 7.5 quarts; fuel capacity of 16 gallons; duel element dry type air cleaner; standard air restriction indicator; automotive type charging system; 55 amp alternator; 12 volt battery;Hydrostatic type power train; speed and direction control: 2-pedal foot; 49.2 inch wheelbase; 6.5 inch ground clearance; 86.7 inch in length (less mower deck); four wheel drive (full time or on demand); 23x10.50-12 inch 4PR turf drive tires; adjustable suspension seat with armrests; quick attach type 42 lb. weight; rear weight mounting kit. Commercial Side Discharge Mower Deck, 72 inch; 7 gauge deck thickness; pneumatic type caster wheels; front and rear anti-scalp rollers (gauge wheels). Must fit mower above., 2, EA; LI 005, WHEEL TRACTOR WITH CAB TO INCLUDE DELIVERY - 1. Standard cab; super comfort type seat with air suspension and 3 inch seat cushion; horizontal suspension, backrest adjustment, armrest, mechanical lumbar support, side rails, swivel (15 deg left/15 deg right); operator presence switch, retractable seatbelt and operators manual holder. Telescopic rear view mirrors (2 each) with manual adjustment. Sun visor and cup holder. Radio, AM/FM Stereo with clock, front audio input jack for MP3 players and Weatherband. 2. Engine. 4.5 liter (276 cubic inch) engine, fixed geometry turbocharger with air to air intercooler; wet cylinder sleeve liners; dual stage air filter with safety element and pre-cleaner; vertical exhaust with underhood muffler. 3. Cold weather package with heavy duty battery (1230 CCA and 154 amp hours) and engine coolant heater (110V). 4. MFWD front axle with limited slip differential. 5. Rear tires. 18.4R34 In. 144A8 R1W radial tires (460/84R34 in. 147A8 R1W radial). 6. Front tires. 12.4R24 in 119A8 R1W radial tires (320/85R24 in. 122A8 R1W radial). 7. Transmission. SyncroPlus 16F/16R transmission with left hand power reverser (19 mph/30 kmh). 8. Rear independent power take-off shaft, 540 RPM PTO. Flanged rear axle with 8 position steel wheels 9. Rotating warning light (beacon light) and back-up alarm. 10. Right-hand telescopic draft link on rear hitch/drawbar. 11. Hydraulics. Second SCV deluxe (3 detents) with standard couplers. Third SCV standard (2 detents) with standard couplers. 12. Front weight support, 155 lbs. (70 kg); must hold up to 14 front weights. 13. Toolbox. 14, Weight, front suitcase type (104 lbs)., 2, EA; LI 006, HAND OPERATED 1. Shoe size: 11 X 13 inches. 2. Engine: Air cooled gasoline engine; maximum power: 4 hp; operating power: fuel tank capacity of 3.2 gallon; three stage air filtration system. Must meet EPA air emission standards. 3. Power Train from engine via centrifugal clutch, gears, crank mechanism, connecting rod, guiding piston, double spring system, spring cylinder onto ramming shoe. Clutch engages when accelerating. 3. Compaction depth: 23 inches. 4. Percussion rate: Up to 700 blows per minute. TRENCH COMPACTOR TO INCLUDE DELIVERY -, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Belvoir, Capital District Contracting Center intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Belvoir, Capital District Contracting Center is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6fe5188233192b75fffdd36c9398a5e)
 
Place of Performance
Address: Fort A.P. Hill, VA 22427
Zip Code: 22427-3116
 
Record
SN02278397-W 20100913/100911233954-e6fe5188233192b75fffdd36c9398a5e (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.