Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2017 FBO #5689
SOLICITATION NOTICE

38 -- 299D2 XHP Caterpiller Compact track loader or equal - SF 18

Notice Date
6/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, Northern Research Station, 1992 Folwell Avenue -, Acquisition Management, St. Paul, Minnesota, 55108
 
ZIP Code
55108
 
Solicitation Number
AG-63PX-S-17-0023
 
Archive Date
7/15/2017
 
Point of Contact
David Easter, Phone: 651-649-5236
 
E-Mail Address
dceaster@fs.fed.us
(dceaster@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing Solicitation Number AG-63PX-S-17-0023. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective date 1/13/17. (IV) This solicitation is being issued as a Woman Owned Small Business Set-Aside. The associated NAICS code is. 3331111 - Farm Machinery and Equipment Manufacturing The small business size standard is 1,250 employees. (V) This combined solicitation/synopsis is for the purchase of one (1) 299D2 XHP Caterpiller Compact track loader, per the minimum specification or equal. Year: 2017 SMU: 1.90 MACHINE SPECIFICATIONS Description Reference No 299D2 XHP COMPACT TRACK LOADER 435-9000; CONVERSION ARRANGEMENT 421-0340; INSTRUCTIONS, ANSI, USA 435-8843; FILM, SELF LEVEL, ANSI 435-9238; FILM, RIDE CONTROL, ANSI 422-3445; RADIO, AM/FM, BLUETOOTH 345-6180; PACKAGE, LAND MANAGEMENT (LM1) 494-8295; RUBBER BELT, 2 SPD, TF IDLERS 454-6062; TRACK,RUBBER,400MM(15.7IN)BLCK 389-7673; LIGHTS, LED 495-1671; SEAT BELT, 2'' 258-4095; FAN,COOLING, DEMAND, REVERSING 457-2835; SERIALIZED TECHNICAL MEDIA KIT 421-8926; PACK, DOMESTIC TRUCK 0P-0210; QUICK COUPLER, MANUAL 345-4910; DOOR, CAB, POLYCARBONATE 345-6260; LANE 3 ORDER 0P-9003; CERTIFICATION ARR, (US/CANADA) 522-2549; PRODUCT LINK, CELLULAR PL240 441-4818; BUCKET-GP, BOCE 84'" 296-8192. (VII) The Trail Dozer shall be delivered to the USDA-FOREST SERVICE, Mark Twain National Forest, 401 Fairgrounds Rd, Rolla, MO 65401 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2015), applies to this acquisition. (IX) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm fixed price award will be made to the responsible offeror submitting a quote that provides the best value to the Government. Best value will be determined by using the trade-off process as listed in FAR 15.101. In determining best value, the following factors will be considered: (1) technical specifications and (2) price. The factors are listed in descending order of importance. When combined the technical specifications factor is more important than price. Offerors should submit a product sheet or specifications with their offer. (X) The Government will award a purchase order resulting from this solicitation to the offeror who submits the lowest price technically acceptable quote. (XI) Offerors must complete their Representations and Certifications online at http://SAM.gov or submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jan 2017), with their quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) applies to this acquisition. The following clauses under subparagraph (b) apply: 1, 14, 22, 25, 26, 27, 28, 29, 30, 32, 33, 44 and 50. (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 2:00 P.M. CT on Friday, June 30, 2017. All quotes must be emailed to the attention of David Easter. Email address: dceaster@fs.fed.us. Mailing Address: USFS AQM 1992 Folwell Ave, St Paul, MN 55108. Quotes may be on the vendor's letterhead and should state the total price, specs, and the companies DUNs number. (XVI) Any questions regarding this RFQ should be directed to David Easter at dceaster@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63PX/AG-63PX-S-17-0023 /listing.html)
 
Place of Performance
Address: USDA-FOREST SERVICE, Mark Twain National Forest, AVA RANGER DISTRICT, 1103 S Jefferson, AVA, Missouri, 65608, United States
Zip Code: 65608
 
Record
SN04549098-W 20170621/170619234635-763c40834db473599af03f940c1f2de2 (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.