Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

38 -- Milling Machine

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
F08620-03-R-0040
 
Response Due
8/1/2003
 
Archive Date
8/16/2003
 
Point of Contact
Elishama Ouder, Contract Specialist, Phone (850) 884-5373, Fax (850) 884-2041, - Chris Wentworth, Contracting Officer, Phone 850-884-1260, Fax 850-884-1272,
 
E-Mail Address
elishama.ouder@hurlburt.af.mil, chris.wentworth@hurlburt.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation/synopsis reference number is F08620-03-R-0024 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333120 with a 750 size standard. Hurlburt Field intends to issue a firm-fixed price contract, brand name or equal, for the following: Roadtec RX 60C (Qty 1 Each), Half/Full Lane High Production Track Mounted Cold Planer with the following standard features: Caterpillar 3412E DITTA 860 HP Diesel Engine; Engine Load Control; Dual Hydro Mechanical Grade Control; Electric Over Hydraulic Slope Control; Matching Grade Reference from End Gates or from ?A? Frame; Three Track System w/D-5 Size Track Rails; Hydraulic planetary track drives with automatic traction control; 16? wide beveled polyurethane track pads; Independent front, rear, crab and coordinated steering; High pressure water system with 1,200 gallon water tank; High pressure wash down system with 50? of hose on take up reel; Hydraulically driven water pump with automatic shut-off; 42? primary conveyor with endless belts and troughing rollers; 42? secondary conveyor with endless belts and troughing rollers; Secondary conveyor has 50 degree swing either side of center; Endless belts with ?? tall molded rubber cleats; safety rails on secondary load-out conveyor; Self-cleaning head and tail pulleys on both conveyors; dual full function operators control stations with steering wheel; lighted instrument console; light package consisting of ten (10) 24 volt lights; air compressor with reservoir and air tools for sport changing cutter bits; single umbrella full ground level controls for moldboard, end gates and elevation; remote grease fittings arranged in zones for easy maintenance Cutter Drum Description: 7?2? width cutter drum, 5/8? bit spacing with the following features: Bolt-on cutter housing with mechanical V-Belt Drive; ?Triple Wrap, single hit, off-set flighting?; Cutter Patter?Sollami Triple wrap quick change cutter drum; 12? depth of cut; automatic drive belt tensioning; W-50 fairfield cutter gear box with ?break-away? input shaft; front and rear water spray for dust suppression & bit cooling; on-off valve controls for each water spray bar; front and rear moldboard for bi-directional milling; powered wrap around end gate. OPTIONS: Topcon Sonic Grade and Slope Control ? features dual sonic grade sensors and single slope sensor (Trimble-Laser) (Qty 1 Ea); Foot per minute meter (Qty 1 Ea); Extended Engine Warranty: 5 years/5000 hours (Qty 1 Ea). The following clauses and provisions are incorporated and will remain in full force in any resultant award. . The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/ FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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 the item offered to meet the Government requirement. (2) Price and (3) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Technical and past performance, when combined, are approximately equal to price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 2-3 references of your most recent projects. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item FAR 52.212-4 Contract Terms and Condition--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414; DFAR 252.246-7000 -Material Inspection And Receiving Report; FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 01 AUG 03 no later than 4:00 PM Central Standard Time. Requests should be marked with solicitation number F08620-03-R-0040 addressed to SSgt Elishama Ouder, Contract Specialist, Phone 850-884-5373, fax 850-884-2041, email address elishama.ouder@hurlburt.af.mil or Chris Wentworth, Contracting Officer, Phone 850-884-1260, email address chris.wentworth@hurlburt.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http:/16CONS.hurlburt.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: HURLBURT FIELD, FLORIDA
Zip Code: 32544
Country: United States
 
Record
SN00385951-W 20030731/030729213723 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.