SOLICITATION NOTICE
38 -- Sloper Attachment
- Notice Date
- 9/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 911 NE 11th Avenue, Portland, OR 97124
- ZIP Code
- 97124
- Solicitation Number
- A12PS02121
- Response Due
- 9/21/2012
- Archive Date
- 3/20/2013
- Point of Contact
- Name: Linda Nelson, Title: Contract Specialist, Phone: 5032316763, Fax: 5032316810
- E-Mail Address
-
linda.nelson@bia.gov;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is A12PS02121 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 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 750.00 employees.This requirement is unrestricted 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 2012-09-21 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Wapato, WA 98951 The Bureau of Indian Affairs requires the following items, Meet or Exceed, to the following: LI 001, 1.Scope of Work a.Contractor shall furnish and deliver one (1) Sloper Attachment to be attached to a 2011 D6K XL Dozer Track-Type Tractor and two (2) set of operator and service manuals. 2.Sloper Attachment Specifications: a.Standards: Sloper Attachment must comply with the current SAE, ASME, ANSI, ISO, AEM, and any other applicable federal standards. b.Sloper Attachment: i.Examples of acceptable attachment models include, but are not limited to, the following: Rome Agricultural and Construction Equipment GS series Motor Grader Sloper. ii.The sloper blade dimensions shall be 16 feet long and 20 inches high. iii.The sloper blade shall be designed with a heavy-duty moldboard blade of high strength steel with replaceable cutting edges and end bits (such as a motor grader blade). iv.The sloper blade attachment shall be designed and manufactured to fit and function with the following track-type dozer. 1.Model: D6K XL 2.Manufacture: Caterpillar Inc. 3.Year: 2011 4.Product Identification Number: CAT00D6KJFBH02336 5.Power Angle Tilt (PAT) Blade a.Model: D6K XL b.Arrangement Number: 240-1500 c.Serial Number: S1B01594 v.The sloper blade shall be installed so that when the sloper blade is in the cradled/transport position it will not restrict the operation of the dozer blade. vi.The sloper blade shall be installed on the left side of the dozer. vii.The minimum range of movement: sloper blade shall be capable of: 1.Horizontal swing: 0 degrees (cradled) back through an 80-degree arc. 2.25 degrees of blade pitch adjustment. 3.Cutting slopes ranging from an angle 60 degrees above to 60 degrees below a horizontal plane as measured from the horizontal plane of the dozer tracks that are resting on the ground surface. 4.32? inches of horizontal side shift adjustment perpendicular to the centerline of the dozer measured at the heel of the sloper blade. 5.24 inches of vertical heel lift. viii.Sloper blade hydraulic controls shall be installed on the right side of the operator?s seat in a position that will not interfere with the dozer blade controls. The controls shall be designed and installed for optimum comfort for the operator and to aid in precise control of the sloper blade. ix.The hydraulic system for the sloper blade shall have pressure relief valves. The valves shall be set to release before damage can occur to the sloper blade during operation (in case of hang-ups). x.All components of the hydraulic system for the sloper shall be designed, installed and tested for proper function before 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, Bureau of Indian Affairs 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. Bureau of Indian Affairs 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. 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 https://www.acquisition.gov/far/. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02121/listing.html)
- Place of Performance
- Address: Wapato, WA 98951
- Zip Code: 98951-0220
- Zip Code: 98951-0220
- Record
- SN02887045-W 20120920/120919000358-f5e38005e277cf39cedbdc0ab5748a79 (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 |