Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

38 -- Mulcher Head Attachment

Notice Date
7/17/2014
 
Notice Type
Presolicitation
 
Contracting Office
115 Railway Street, Scottsbluff, NE 69361
 
ZIP Code
69361
 
Solicitation Number
F14PS00840
 
Response Due
7/28/2014
 
Archive Date
1/24/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number F14PS00840. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 636215. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-28 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Pleasanton, KS 66075 The DOI Fish & Wildlife Service requires the following items, Meet or Exceed, to the following: LI 001: 74" Mulcher Head Attachment for a Front-Exit Compact Track Loader. Typical design is a spinning drum with some arrangement and design of teeth attached to the drum. MINIMUM Specifications are: ** Capable of shredding brush, branches, stumps, exposed root balls, logs, standing trees up to 8" diameter and brush piles. Shredder must shred material to grade level and be capable of disturbing the surface to a depth of at least two inches; ** Majority of shredded material must be 4" or less; ** Implement must shred material toward the ground - material shall not be thrown laterally (sideways). Hammermill must cut in a downward direction; ** Implement must be capable of operating pressures up to 6,000 psi, including the hoses and fittings, with a 107 cc hydraulic variable displacement motor; ** Belt tensioning must be possible by one person; ** Implement must be equipped with a hydraulic brake rated for up 45 gpm. The hydraulic brake must bring the rotor to a complete stop from full speed within eight (8) seconds of shut down. The brake shall self-actuate when the operator shuts off the hydraulic circuit that drives the rotor. The brake must be installed in the mulching attachment and not utilize any components such as friction pads, calipers, brake discs, or brake drums; ** Shredder must have a hammermill rotor weldment comprised of 6 steel plate spokes projecting radially from the rotor tube and welded solid for the entire working length of the rotor; ** Cutting tools must be carbide-tipped and rigidly cross-bolted into holders. Double carbide cutting tools must be forged with two lobes at the base that accurately position tools into the holders. Carbide tools must be proven to last in excess of 300 hours. Cutter tool retaining bolts must be recessed and protected from the shredding operation. Retaining bolts for the carbide tool options must be easily accessed for changing. Carbide tools cannot be bolted from behind or contain the threads which a fastener screws into. Units containing tools that cannot be individually changed, that hold tools in place on rods or that allow tools to swing on rods will not be accepted., 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, DOI Fish & Wildlife Service 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI Fish & Wildlife Service is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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 re-manufactured 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [CO to edit and include the documentation required under this contract]: _______________________________________________________________________________ _______________________________________________________________________________ The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F14PS00840/listing.html)
 
Place of Performance
Address: Pleasanton, KS 66075
Zip Code: 66075
 
Record
SN03428573-W 20140719/140717235305-1a587c1f13c48019e5b300d6395f27b1 (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.