Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2013 FBO #4261
SOLICITATION NOTICE

24 -- Utility Tractor

Notice Date
7/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB688000-13-05019
 
Archive Date
8/22/2013
 
Point of Contact
Robert Brackett, Phone: 3034976320, Paul Pierson, Phone: 3034975270
 
E-Mail Address
robert.brackett@nist.gov, paul.pierson@nist.gov
(robert.brackett@nist.gov, paul.pierson@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
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. (ii) This solicitation, NB688000-13-05019 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67. (iv) This solicitation is a 100% small business set-aside. NAICS Code is 423830, Small business size standard is 100 employees. (v) This combined synopsis/solicitation is for the following commercial item(s): 0001: Utility Tractor. Utility tractor with 100 HP or more, diesel motor, 4 wheel drive, with enclosed cab. John Deere Model 5100M or equal. QTY 1 each. 0002: Front end loader with bucket. John Deere H260 Standard Loader or equal. QTY 1 each. 0003: Rear Rotary Mower. John Deere CX15 or equal. QTY 1 each. 0004: Heavy Duty Land Plane. John Deere Frontier LP1210 or equal. QTY 1 each. 0005: Onsite Operator Training. Contractor shall provide onsite, basic equipment operator training to include basic equipment operation, safety feature overview, equipment and attachment removal and installation, operator level maintenance requirements, etc. QTY 1 each. (vi) Description of requirements for the items to be acquired: This RFQ is to purchase a utility tractor and related attachments for activities, including but not limited to snow removal, road grading, fire mitigation for defense of buildings and equipment, field mowing, noxious weed control, and large material transport. All equipment must be new, not refurbished. This is a name brand or "equal" requirement. Offeror's proposing "equal" product(s) must demonstrate the proposed product(s) meet the following salient characteristics: Utility tractor must be equipped with a minimum 100 HP diesel motor, 4 wheel drive, and have an enclosed cab. This tractor must have the ability to accommodate multiple attachments including a hydraulic front end loader, 3 point hitch and Power take-off (PTO) driven rear attachments. Tractor must have at least 16F/16R gear selections, 6 standard hydraulic control valves with a hydraulic pump that offers independent steering and implement assist producing at least 24 GPM. Rear PTO must produce a min of 80 HP and 540 RPM or equivalent. The front end loader must have a lifting capacity of at least 3500lb, lift height of at least 135in, quick attachment disconnect and offer auto leveling or equivalent. The rear rotary mower must be a 15ft, flex wing with single suction blades and 6 wheels or equivalent. The grader must be a rear attachment 10ft wide, 3 point controlled heavy duty Land Plane or equivalent. The proposed product(s) must include a minimum one year manufacturer's warranty with warranty service and/or parts available near the Fort Collins, Colorado area. (vii) FOB Destination for delivery to WWV/WWVB, 2000 E County Road 58, Fort Collins, CO 80524. Delivery point of contact will be provided upon award. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. This is a brand name or equal requirement. Offerors proposing to furnish an "equal" product must include product make, model, catalog description or similar information sufficient for the government to evaluate the product against the salient characteristics listed in Para (vi). Offerors shall also submit three examples of orders or contracts performed that are similar in scope including contract numbers and customer point of contacts to establish satisfactory past performance. All offers must include shipping FOB Destination. (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract based on the following factors: Technical capability (capability of the item offered to meet the agency need), price and past performance. Technical capability will be evaluated by how well the proposed products meet the Government requirement as stated in Paragraph (vi). Technical and past performance when combined are significantly more important than price. The Government reserves the right to make an award to other than the lowest-priced offeror if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b(4), b(6), b(12)(ii), b(26), b(27), b(28), b(29), b(31), b(38), b(40)(iii), b(42), b(48). (xiii) The following clauses are also applicable to this acquisition: CAR 1352.209-73, CAR 1352.209-74, CAR 1352.246-70 (Place of acceptance will be the address at Para (vii)). The full text of these clauses is available at http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 12:00 pm Mountain Daylight Time, Wednesday August 7, 2013 and must include the following: Company name, address phone numbers, DUNS number, itemized quote. Quotes shall be delivered via email to Robert.brackett@nist.gov. (xvi) Please direct any questions regarding this solicitation to Rob Brackett at robert.brackett@nist.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB688000-13-05019/listing.html)
 
Record
SN03123960-W 20130725/130723234811-33e0965914c34d1e4897fa354fa40f0b (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.