Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2011 FBO #3472
SOLICITATION NOTICE

23 -- Furnish and deliver four (4) UTVs to George Washington & Jefferson NFs, Roanoke, VA - Documents to Submit Quote

Notice Date
5/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441221 — Motorcycle, ATV, and Personal Watercraft Dealers
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3395-S-11-0017
 
Archive Date
7/1/2011
 
Point of Contact
Sherry D Helmick, Phone: 540-265-5112, Rene VanDenHeuvel, Phone: (540) 265-5191
 
E-Mail Address
shelmick@fs.fed.us, rvandenheuvel@fs.fed.us
(shelmick@fs.fed.us, rvandenheuvel@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR clause 52.212-3 Offeror Representations and Certifications - Return this document with quote sheet (only paragraph (b) if you have completed representations and certifications electronically at the ORCA website). If you have not completed ORCA you must return the entire document with your quote sheet. Quote Sheet-Complete and return this sheet to provide your quote SYNOPSIS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, 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. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ) # AG-3395-S-11-0017 for furnishing and delivering two (2) 4x4 UTVs and two (2) 6x6 UTVs to Roanoke, VA, per the following specifications. DESCRIPTION OF REQUIREMENT/SPECIFICATIONS: Interested sources shall submit a lump sum price for the following: two (2) 4x4 UTVs and two (2) 6x6 UTVs per specs below. General- It is the purpose of the following specification to describe a 4x4 and 6x6 Utility vehicle. The units shall be of the manufactures current production model, meeting or exceeding the terms of these specifications. Units shall also be guaranteed against defects in workmanship and material for a manufacture period of 1 year. Safety Specifications-All units will have OSHA approved ROPS that meet current safety requirements in addition to Driver and Passenger shoulder belts. All units will have installed a factory speed limit system. A compliance report shall be available upon request. Vehicles (UTV's) 6x6 - two (2) each Utility Steering Wheel control, 3 passenger capacity, Shoulder belt driver/passenger, Utility Type Vehicle, 4 stoke twin cylinder 760cc Min, Electronic Fuel Injection, Liquid Cooled, Automatic PVT w/H/L/N/R, Shaft Drive, On demand 6 wheel drive, Dual a-arm 9.6 travel, Variable Assist power steering, 4 wheel hyd disc w dual bore front calipers, hand actuated parking brake, 26 x11-12 front/rear tires, aluminum wheels, 76" wheel base, 1262 dry weight, LWH-137"-60"-76", 9 Gal fuel Capacity, Bed Box LWH-48" x 58" x 10", Independent Suspension front and rear OSHA approved ROPS, Power Dump Cargo Box, Three (3) passenger seating on one (1) bench seat, Driver and outboard passenger shoulder belts, Approximately 1,700 lbs load capacity, Approximately 2,000 lbs towing capacity, Front Winch mounted (3000lbs capacity) w/switchable front to rear quick mounting receiver and dash mounted winch cnt switch, Roof and windshield, Cargo box lighting, CV axle shields, Front bumper guard, Green only color, Speed limited w/override factory system, plug in 12v pwr outlet, Battery maintaining system with 120V plug in, behind set storage box. Vehicles (UTV's) 4x4 - two (2) each Utility Steering Wheel control, 3 passenger capacity, Shoulder belt driver /passenger, Utility Type Vehicle, 4 stoke twin cylinder 760cc Min, Electronic Fuel Injection, Liquid Cooled, Automatic PVT w/H/L/N/R, Shaft Drive, On demand True AWD/2wd/Versa Trac Turf Mode, Dual a-arm 9.6 travel, Variable Assist power steering, 4 wheel hyd disc w dual bore front calipers, hand actuated parking brake, 26" fr/rear tires, aluminum wheels, 76" wheel base, 1257 dry weight, LWH-114"-60"-76", 9 Gal fuel Capacity, Bed Box LWH-42" x 58" x 10", Independent Suspension front and rear OSHA approved ROPS, Power Dump Cargo Box, Three (3) passenger seating on one (1) bench seat, Driver and outboard passenger shoulder belts, Approximately 1,700 lbs load capacity, Approximately 2,000 lbs towing capacity, Front Winch mounted (3000lbs capacity) w/switchable front to rear quick mounting receiver and dash mounted winch cnt switch, Roof and windshield, Cargo box lighting, CV axle shields, Front bumper guard, Green only color, Speed limited w/override factory system, plug in 12v pwr outlet, min 20 amp svc, Battery maintaining system with 120V plug in. GOVERNMENT-FURNISHED PROPERTY: NONE DELIVERY/PICK-UP: New units will be delivered to: USDA Forest Service, Attn: Rene VanDenHeuvel, 5162 Valleypointe Parkway, Roanoke, VA, 24019. Desired delivery date is 30 days from contract award. Vendor shall pick up trade-in units at respective district locations. EVALUATION INFORMATION: Quotes will be evaluated using the following factors: 1. Technical capability of product to meet Government requirements. 2. Price: Governments evaluation will include total cost to the Government for the four (4) UTVs (including delivery to Roanoke VA) and trade-in value offered for three (3) used UTVs. 3. Past performance of contractor. Technical and past performance, when combined, are equal to price. Contractor shall provide information on these evaluation factors. Government shall approve any modifications or deviations from above specs. A fixed price contract will be awarded from this solicitation. SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The applicable NAICS code is 441221and the small business size standard is $30.0 million. PROVISIONS AND CLAUSES: The following provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50 effective May 15, 2011. They are applicable to this solicitation and are incorporated by reference. All FAR provisions and clauses may be viewed on the web at: https://www.acquisition.gov/far/ FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008). The following addenda is provided to this provision: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2011). Complete only paragraph (b) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (c) through (o) of this provision shall to be completed. This clause can be downloaded from the following website http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2011); the following FAR clauses are applicable as listed in 52.212-5. FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) FAR 52.219-28 Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003)) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (JUN 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) QUOTATION SUBMISSION AND RESPONSE TIME: Submit pricing information on the attached Quote Sheet; including company name & address, DUNS number, Federal TIN, narrative response to non-price evaluation factors, and Representations and Certifications (FAR 52.212-3) if you are not registered in ORCA as described above. If you are registered in ORCA, please complete and only paragraph (b) of FAR 52.212-3 and submit with your quote. The Representations and Certifications clause (FAR 52.212-3) has been attached as a separate document for your use. Quotes must be received by 3:30 pm EST on Thursday, June 16, 2011. You can submit your quote by regular or express mail, to: USDA, Forest Service, Attn: Sherry Helmick, 5162 Valleypointe Parkway, Roanoke, VA 24019-3050 or fax your quote to 540-265-5109. Offerors may submit product literature of the offered products and information that addresses the above required specifications. SPECIAL NOTE: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr.gov) prior to award of contract. Contact Sherry Helmick at 540-265-5112 or shelmick@fs.fed.us, or Anna Bryant at 540-265-5115 or ambryant@fs.fed.us if you have questions regarding this solicitation or to confirm receipt of your faxed quote. Contact Rene VanDenHeuvel at 540-265-5191 or rvandenheuvel@fs.fed.us if you have questions regarding the technical specifications of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3395-S-11-0017/listing.html)
 
Place of Performance
Address: Delivery of new units to Roanoke, VA. Trade-in units to be picked up by vendor at various locations in VA., Roanoke, Virginia, 24019, United States
Zip Code: 24019
 
Record
SN02458413-W 20110528/110526235214-5741b163d151af5ac7348fb6a7260f9a (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.