|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1997 PSA#1897National Interagency Fire Center, Bureau of Land Management, 3833 S.
Development Avenue, Boise, ID 83705-5354 23 -- LONG-TRACK SNOWMOBILES SOL R220Q970022 DUE 081597 POC Kay Ryan,
208-387-5717 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; no written
solicitation will be issued. A firm fixed-price quote under Request for
Quotes (RFQ) solicitation number R220Q970022 is being requested. It is
anticipated the requirement will not exceed the Simplified Acquisition
Threshold. This solicitation document incorporates provisions and
clauses in effect through Federal Acquisition Circular #90-46. This
procurement is made on an unrestricted basis. The SIC code for this
procurement is 5599 Automotive Dealers, N.E.C. The Remote Sensing
Support Group (RSSG) at the National Interagency Fire Center (NIFC),
Bureau of Land Management (BLM) has a requirement for six (6)
long-track snowmobiles. RSSG employees travel to remote locations
during winter months to install and maintain highly technical
equipment. Elevations forthese remote locations range from below 305 m
(1,000 ft) to above 3048 m (10,000 ft). This altitude range and the
varying snow conditions encountered demand maximum engine and overall
snowmobile performance. The snowmobile specifications are listed in
descending order of importance: (1) each snowmobile shall have an
engine size of not less than 550 cc and not greater than 600 cc, (2)
each engine shall be either carbureted or electronically fuel injected;
if carbureted, there shall be an automatic altitude compensation
feature or equivalent, (3) the engine shall be liquid cooled and oil
injected, (4) each snowmobile shall be equipped with an installed
reverse gear mechanism, (5) the dry weight with standard equipment
installed shall not exceed 231 kg (510 lb), (6) each unit shall have a
track length of not less than 3454 mm (136 in) and not greater than
3556 mm (140 in), (7) the paddle height of each snowmobile track shall
be not less than 41 mm (1.6 in) or greater than 51 mm (2 in), (8) the
front suspension shall be of an independent type with a minimum travel
distance of 152 mm (6 in), (9) the rear suspension shall be the long
travel design with a minimum travel distance of 305 mm (12 in), (10)
the front and rear suspension shock absorbers shall be the gas type,
(11) the braking system shall be hydraulic disc or equivalent, (12) the
fuel tank capacity shall be not less than 42 lt (11 gl), (13) the
overall length shall not exceed 3023 mm (119 in), (14) the overall
width shall not exceed 1143 mm (45 in), (15) each snowmobile shall have
the following equipment: [a] tachometer, [b] speedometer, [c] trip
odometer, [d] gas gauge, [e] low oil light, [f] coolant overheat light,
[g] hand warmers, [h] thumb warmer. Delivery and acceptance shall be
made FOB Destination, freight charges included in the unit price, to
NIFC-BLM, 3833 S. Development Ave., Boise, Idaho 83705-5354. Delivery
shall be made by September 19, 1997; partial deliveries will be
accepted. The clause 52.212-04, Contract Terms and Conditions --
Commercial Items (Aug 1996), applies to this acquisition. There are no
addenda to this clause. The Department of the Interior Acquisition
Regulations (DIAR) clause at 1452.212-05, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
(Jan 1996)(Deviation), also applies. Additional cited FAR clauses
applicable to this acquisition are 52.252-06, Authorized Deviations in
Clauses (Apr 1984), 52.252-02, Clauses Incorporated by Reference (Jun
1988), 52.225-11, Restrictions on Certain Foreign Purchases (Oct
1996), 52.232-33, Mandatory Information for Electronic Funds Transger
Payments (May 1994). The DIAR provision at 1452.212-01, Instructions to
Offerors -- Commercial Items (Oct 1995)(Deviation), applies to this
acquisition. Under this provision, insert "...FAR 19.102..." in the
first blank, insert "...SF-18..." in the second blank, and insert
"...SF-18..." in the third blank. There are no addenda to this
provision. An additional cited FAR provision applicable to this
acquisition is 52.252-05, Authorized Deviations in Provisions (Apr
1984). The provision 52.212-02, Evaluation -- Commercial Items (Oct
1995), does not apply. Quotes shall be evaluated on : (1) the ability
to meet specifications, (2) price, and (3) other factors. Quoters shall
submit detailed specifications sheets or product literature with their
quotes. Quoters shall include a completed copy of the provision at
52.212-03, Offeror Representations and Certifications -- Commercial
Items (Jan 1997), with their quote. Information regarding the
solicitation may be requested from Kay Ryan at 208-387-5717. Quotations
shall be submitted by August 15, 1997, 4:00 PM local time to Kay Ryan
at fax 208-387-5574 or mailed to NIFC -- BLM, ATTN: Kay Ryan, 3833 S.
Development Ave., Boise, ID 83705-5354. (0205) Loren Data Corp. http://www.ld.com (SYN# 0332 19970729\23-0002.SOL)
23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page
|
|