Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

23 -- Purchase UTVs for George Washington & Jefferson NFs in VA - RFQ for UTVs (with trade-in)

Notice Date
1/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Northern Acquisition Zone - George Washington-Jefferson NF, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
12339518Q0005
 
Archive Date
2/16/2018
 
Point of Contact
Sherry D Helmick, Phone: 540-265-5112
 
E-Mail Address
shelmick@fs.fed.us
(shelmick@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Quote Sheet - Complete and return this form to submit a quote. Synopsis Combined Synopsis/Solicitation Solicitation Number: 12339518Q0005 Description: Provide two (2) 4x4 Utility Vehicles (UTV's) per specifications. The units shall be of the manufactures current production model, meeting or exceeding the terms of these specifications. Units shall also be guaranteed against defects in workmanship and material for a manufacture period of 1 year minimum. This is a Brand Name or Equal purchase description. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Safety Specifications: All units will have OSHA approved ROPS that meet current safety requirements in addition to Driver and Passenger shoulder belts. All units will have a factory speed limit system (if available) installed. A compliance report shall be available upon request. 4x4 UTV Specifications: Utility Type Vehicle (Polaris), Steering Wheel control, three (3) passenger capacity on one (1) bench seat with driver and outboard passenger shoulder belts, 4 stoke twin cylinder DOHC 875cc Min, Electronic Fuel Injection, Liquid Cooled, Automatic PVT w/H/L/N/R, Shaft Drive, On demand true AWD/2WD/Versatrac turf mod, Dual a-arm 10" travel, electronic power steering, 4 wheel hydraulic disc w dual bore front calipers, Park in transmission, 26 x 12 front/26 x 12 rear tires, stamped steel wheels, 81" wheel base, 1324 dry weight, LWH-116.5 x60 x76", 10 Gal fuel Capacity, Bed Box LWH-36 x 54 x 11", Independent Suspension front and rear, OSHA approved ROPS, Power Dump Cargo Box, Approximately 1,500 lbs load capacity, Approximately 2,000 lbs towing capacity, Front Winch mounted (3000lbs capacity) w/switchable front to rear quick mounting receiver and dash mounted winch control switch, Roof and windshield, Cargo box lighting, CV axle shields, Front bumper guard, metal under carriage skid plates/s (factory or aftermarket), Sage Green only color, Speed limited w/override factory system (if available), plug in 12v power outlet, Battery maintaining system with 120V plug in, behind seat storage box, power dump cargo bed. The Forest Service has one (1) ATV offered for trade-in (see details on the quotation sheet). This solicitation is issued as a Request for Quotation (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-96. This procurement is set aside for small business. The NAICS code is 336999 and the Small Business Size Standard is 500 employees. The following FAR clauses and provisions apply to this solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017) 52.212-2 Evaluation - Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical capability of product to meet Government requirements. 2.Price Related factors: warranty, service/repair locations 3.Price: Government evaluation will include total cost to the Government for delivery of new units to the Supervisors Office located at 5162 Valleypointe Parkway, Roanoke VA 24019 and the trade-in amount offered. Award resulting from this solicitation will be a firm, fixed price contract. Technical capability of products and price related factors, when combined, are more important than price in the evaluation process. Government shall approve any modifications or deviations from specifications. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2017) Offeror must complete this certification online at https://www.sam.gov 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (NOV 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following clauses under subparagraph (b) apply 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American-Supplies (May 2014) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.211-6 Brand Name or Equal (AUG 1999) SUBMIT QUOTATIONS: Use the attached Quote Sheet to submit your response to this solicitation. Quotes must be received on or before February 1, 2018 @ 1:00 pm (Eastern). You can submit you quote by email to shelmick@fs.fed.us (preferred method) or fax to 540-265-5109 or mail to: USDA, Forest Service Attn: Sherry Helmick 5162 Valleypointe Parkway Roanoke, VA 24019-3050 You may call Sherry Helmick at 540-265-5112 to confirm delivery of your fax. Offerors may submit product literature of the offered products and information that addresses the required specifications. Contractor must be registered in the System for Award Management (SAM) database at https://www.sam.gov prior to contract award. Units shall be delivered to: USDA Forest Service ATTN: Mr. Rene VanDenHeuvel 5162 Valleypointe Parkway Roanoke VA 24019-3050 The trade-in ATV will be available for pick-up at the same location the new units will be delivered to. Desired delivery date is 30 days from contract award. Delivery date and time must be coordinated with Mr. Rene VanDenHeuvel at 540-265-5191.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/906d8ec4493cb67c13d9618a1d6fb3c3)
 
Place of Performance
Address: 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
Zip Code: 24019
 
Record
SN04793137-W 20180120/180118231244-906d8ec4493cb67c13d9618a1d6fb3c3 (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  © 1994-2020, Loren Data Corp.