Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOLICITATION NOTICE

38 -- MOTOR GRADER

Notice Date
7/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
BLM CA-STATE OFC BUS SVC BR (CA944)2800 COTTAGE WAY, SUITE W-1834SACRAMENTOCA95825US
 
ZIP Code
00000
 
Solicitation Number
RFQ40008812
 
Response Due
7/29/2011
 
Archive Date
8/28/2011
 
Point of Contact
Julia Lang, 916-978-4527
 
E-Mail Address
for inquires and submitting of offer
(julia_lang@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ 40008812 The Bureau of Land Management (BLM), Redding Field Office has a requirement for a Motor Grader and is soliciting for quotations on a competitive basis from qualified organizations to enter into a firm fixed price contract. This is a combined synopsis/solicitation for commercial items 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; a written solicitation will not be issued. Solicitation number RFQ40008812 is issued as a Request for Quotation (RFQ). This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-52. This is a total small business set-aside under NAICS 333120 - Construction, Mining, Excavating and Highway Maintenance Equipment with a small business standard of 750 employees. ----------------------Specifications for Motor Grader The motor grader shall be a new machine and powered by a diesel engine. This machine shall be of the manufacturers latest design and construction and shall include all standard and optional equipment listed below. Net price shall include any and all discounts, allowances, transportation and delivery to the manufacturers nearest dealership to Redding, CA so that the quotes can be evaluated on a firm, fair and equitable basis. SPECIFICATIONS1.Minimum of 16,000 lbs. and maximum of 18,500 lbs. 2.Maximum of 22 feet long from outside of front tire to the outside of the rear-most tire. 3.Minimum 110 hp Turbocharged diesel engine. 4.Full powershift transmission with single stage torque converter and electronic shift control. 5.15.00 X 19.5 (8 ply) G2 Tubeless tires. 6.Hydraulic wheel lean 18 right and left. 7.10 ft. blade with replaceable cutting edges. 8.Blade must be supported by circle and drawbar. 9.Circle must be gear driven and rotate 360 degrees. 10.Hydraulic blade sideshift 17 inch right and left. 11.Hydraulic actuation and control of blade lift & lower, blade pitch, blade sideshift, frame articulation, power circle turn, circle sideshift and wheel lean. 12.Front mounted V type scarifier - min 41 inch wide, min 9 teeth. 13.Bank slope saddle for 90 degree blade operation and hydraulically actuated from operators compartment. 14.(2) front headlights, (2) front worklights, (4) cab mounted floodlights, turn signals and stop & tail lights. 15.Mirrors (1) internal rear view, (2) external cab mounted. 16.Cab mounted strobe light. 17.Fully enclosed cab to include 40,000 BTU heater, defroster fans, floormat, domelight, front and rear windshield wipers, front and rear windshield washers, fabric air-ride seat, tinted glass, sound suppression and sliding rear window. 18.Cab Air Conditioner. --------------------------- The following clauses are applicable under this synopsis/solicitation: 52.212.1, 52.212.2 52.212-3, 52.212-4, 52.212.5. The full text of these Commercial Items clauses is available at https://www.acquisition.gov/far/ Contractors must be registered with the Central Contractor Register (CCR) and the Online Representations and Certifications Application (ORCA) in order to be considered for a government contract. Information regarding these requirements and how to register may be obtained from http://www.ccr.gov and https://orca.bpn.gov. Offers are being accepted by electronic mail to julia_lang@blm.gov. Offers must be submitted on company letterhead with contact information and are due not later than 3:00 P.M. (PT) July 29, 2011. For information regarding this Request for Quotation, please contact Julia Lang (916) 978-4527.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/CA/RFQ40008812/listing.html)
 
Place of Performance
Address: USDI, BLM Redding Field Office355 Hemsted DriveReddingCA96002USA
Zip Code: 96002
 
Record
SN02497607-W 20110715/110713235253-987b7a3860a4b44973472e87277dcb4f (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.