Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2014 FBO #4649
MODIFICATION

38 -- BOBCAT

Notice Date
8/15/2014
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-14-Q-0052
 
Archive Date
9/4/2014
 
Point of Contact
Peter L. Hobold, Phone: 2292574721, William S. Harris, Phone: 229-257-3947
 
E-Mail Address
Peter.hobold@us.af.mil, william.harris.27@us.af.mil
(Peter.hobold@us.af.mil, william.harris.27@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-14-Q-0052 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2014-0421. The North American Industry Classification System (NAICS) code is 333120. Description: BOBCAT SKID STEER. All products listed below have a quantity of one (1) each (Ea) except for Bolt-On Teeth which has a quantity of eight (8) each (Ea). S510 T4 Bobcat Skid-Steer Loader - Part No. M0251 Includes: 49 HP Tier 4 Turbo Diesel Engine Auxiliary Hydraulics: Variable Flow Backup Alarm Bob-Tach Bobcat Interlock Control System (BICS) Controls: Bobcat Standard Engine/Hydraulic Systems Shutdown Glow Plugs (Automatically Activated) Horn Instrumentation: Engine Temperature & Fuel Gauges, Hourmeter, RPM and Warning Lights Lift Arm Support Lift Path: Radius Lights, Front & Rear Operator Cab Includes: Adjustable Cushion Seat, Top & Rear Windows, Parking Brake, Seat Bar & Seat Belt, Roll Over Protective Structure (ROPS) meets SAE-J1040 & ISO 3471, Falling Object Protective Structure (FOPS) meets SAE-J1043 & ISO 3449, Level I Spark Arrestor Exhaust System Warranty: 12 Months, Unlimited Hours Factory Install 031 Option Package - Part No. M0251-P01-031 Includes: Suspension Seat, Cab Accessory Harness. HD Tires with Poly Fill (in lieu of std tires) - Part No. M0251-R09-C08 Hydraulic Bucket Positioning - Part No. M0251-R11-C02 Attachment Control - Part No. M0251-R28-C02 Port Relief Valve - Part No. M0251-A02-C05 Bobcat Loader Operator Training Kit - Part No. 6901726 Special Applications Polycarbonate Door Kit - Part No. 7128395 Special Applications Polycarbonate Rear Window Kit - Part No. 7214673 Pallet Fork Frame - Part No. 6712927 42" Pallet Fork Teeth - Part No. 6540183 68" Combination Bucket - Part No. 7167311 Bolt-On Teeth (8 Each) - Part No. 6737322 HB880 Hydr Breaker with Nail Point - Part No. 7113420 Horizontal Loader Mounting Frame - Part No. 7113738 Picket Pounder for HB880 - Part No. 7144698 Hose Kit - Breakers - Ldr - Part No. 7114764 In-Line Asphalt, HB880 - Part No. 7144695 Tamping Tool, HB880 - Part No. 7144697 1 O x16.5 tires • Steel Track - Part No. 7222581 30C Auger Drive Unit - Part No. 6809445 Auger Mounting Frame - Part No. 6812980 Bumper Kit- Part No. 7172609 Standard Duty Bit, 12" - Part No. 6666893 Standard Duty Bit, 24" - Part No. 6666896 Standard Duty Bit, 36" - Part No. 6666898 24" Adjustable Round Extension - Part No. 6679826 1Ox16.5 tires - Steel Track - Part No. 7222581 Products requested are from Bobcat, however or equal products are acceptable. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. QUOTES shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. BRAND NAME OR EQUAL; EQUAL ITEMS IDENTIFIED SHOULD FURNISH ADEQUATE INFORMATION WITH THE QUOTE TO ENSURE THAT A DETERMINATION CAN BE MADE AS TO THE EQUALITY OF THE PRODUCTS REQUESTED. PLEASE PROVIDE WARRANTY INFORMATION. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) FORMERLY (CCR). Information concerning SAM requirements may be viewed via the internet at www.sam.gov or by calling the SAM Registration Centers at 866-606-8220. The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes QUOTERS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Quoters that fail to furnish the required representation information via submission or reject the terms and conditions of the solicitation may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 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; Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.225-1, Buy American - Supplies; FAR 52.225-13 Restrictions on certain foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. Applicable to Defense Acquisitions of Commercial Items: DFARS 252.204-7004 Alternate A, Central Contractor Registration Pursuant to FAR Clause 252.212-7001 the following clauses are hereby incorporated by reference: DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsman. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCA) LOCATED AT 4830 ALABAMA RD. BLDG 932, MOODY AFB GA 31699 NO LATER THAN 1:00 P.M. E.S.T. ON AUGUST 20, 2014. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. Primary Point of Contact: Amn Peter Hobold, Email: peter.hobold@us.af.mil Phone: 229-257-4721 Alternate Point of Contact: SSgt William Harris, Email: william.harris.27@us.af.mil Phone: 229-257-3947
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-14-Q-0052/listing.html)
 
Place of Performance
Address: Moody AFB, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN03467588-W 20140817/140816000300-22f818ac2999adc6e9c358cdb2231767 (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.