Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
SOLICITATION NOTICE

38 -- Tree Spade

Notice Date
7/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205
 
ZIP Code
58205
 
Solicitation Number
F32605-03-Q-0057
 
Response Due
7/22/2003
 
Archive Date
8/6/2003
 
Point of Contact
Jeremiah Snedker, Contract Specialist, Phone (701) 747-5299, Fax (701) 747-4215, - Queen McCartney, Contract Specialist, Phone (701) 747-5287, Fax (701) 747-4215,
 
E-Mail Address
jeremiah.snedker@grandforks.af.mil, queen.mccartney@grandforks.af.mil
 
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. The 319th Contracting Squadron at Grand Forks AFB, ND intends to award a purchase order for the purchase of a tree spade. Requirement is as follows: front-end loader mounted tree spade with a 65" root ball diameter. It shall have 4 hydraulically operated digging blades with a inside frame. Blades shall be concave with reinforcing fins on the outside of the blade. Spade shall have 2 hydraulically operated gates and a hydraulically operated gate lock with a safety switch. Clearance between the opened gates shall be at least 43". Height of the blades when retracted shall not exceed 82". Width of the spade when closed shall not exceed 71". Width of the spade when opened shall not exceed 106". Spade shall have threaded adjustments on each cylinder to allow for adjusting the depth of each blade. Spade shall have an adjustment to compensate for wear to the liner on the blade tracks. Spade shall have a fully electronic control system for the control of the blades. When measuring the root ball, the depth of the root ball shall not exceed 39". The portion of the blade in contact with the guides shall be lined with a replaceable high-density wear resistant plastic. Blade cylinder shall push, not pull the blades into the ground. Spade hydraulic cylinders shall be of a telescoping design so as to reduce the overall height of the machine. Spade frame shall have hinges reinforced as to prevent flexong of the frame when in operation. Frame shall have two attachment plates bolted to the main frame to which quick mounting systems may be welded. The system should be designed to allow for quick and easy changing from one system to another. The hydraulic system shall be of a closed system as to prevent hydraulic oil from constantly flowing through the valves and overheating the oil. Offeror must provide warranty information on equipment. This acquisition will be accomplished in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures (SAP) and will be based on competitive quotes. This acquisition is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 423810; size standard of 500 employees. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site. Web address is http://farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors ? Commercial, 52.212-4, Contract Terms and Conditions ? Commercial, applies to this acquisition. Offerors must include with their quotation a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial items (July 2002) and DFARS 252.212-7000, Offeror Representations and Certification, Commercial Items (Nov 1995). In accordance with DFARS 252.204-7004, Required Central Contract Registration (Nov 2001), prior to receiving any contract award, contractors must be currently registered in the Central Contractor Registration (CCR) database. Contractors can obtain further information on the CCR database at the web site http://www.ccr.gov. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUEST FOR QUOTE. THE GOVERNMENT MAY CANCEL THIS RFQ AT ANY TIME IF FUNDS DO NOT BECOME AVAILABLE. IF FUNDS DO BECOME AVAILABLE THE GOVERNMENT WILL ISSUE A PURCHASE ORDER TO THE VENDOR WHO SUPPLIES THE SUCCESSFUL QUOTE. Offerors quotation must be good through 15 Oct 03. This announcement constitutes the only solicitation; quotations are being requested, and a written (paper/hard copy) solicitation will not be issued. Fax or email quotations/proposals to 701-747-4215, Attention: Jeremiah Snedker, email: jeremiah.snedker@grandforks.af.mil. Quotation/proposals must not be received no later than close of business (4:00 p.m. C.S.T.) on Tuesday, 22 July 2003.
 
Place of Performance
Address: Grand Forks AFB, ND
Zip Code: 58205
Country: US
 
Record
SN00371674-W 20030717/030715213554 (fbodaily.com)
 
Source
FedBizOpps.gov 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.