Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
MODIFICATION

38 -- Dozer and Trailer

Notice Date
3/24/2004
 
Notice Type
Modification
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, Monongahela National Forest 200 Sycamore Street, Elkins, WV, 26241
 
ZIP Code
26241
 
Solicitation Number
RFQ-AG-3395-S-04-2197
 
Response Due
4/16/2004
 
Archive Date
5/1/2004
 
Point of Contact
Gloria Morris, Purchasing Agent , Phone 540-265-5113, Fax 540-265-5145,
 
E-Mail Address
gdmorris@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ AG-3395-S-04-2197. It is anticipated the requirement will not exceed the Simplified Acquisition Threshold. The requirement is for a fixed priced contract. The solicitation is issued as a Request For Quote (RFQ) . The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. This procurement is a 100 percent set-aside for Small Business concerns per FAR 52.219-1 and 52.219-6; all eligible, responsible sources may submit an offer. The associated NAICS code is 333120. The small business size standard is 750 employees. This requirement is for a fixed priced contract for a dozer with attachments and a trailer meeting specifications as follows: Item Number 1 is a Dozer, Sweco Model 480 or equal with an 83 HP Turbo Charged Diesel, with ROPS, 6-way 48 inch blade, hydraulic rippers, double float blade action, 11 inch grousers, rockguards inside and outside, blade extension, hydraulic quick disconnects front and rear with the following attachments: Backhoe, 9 foot depth, 11 foot reach, 12 inch bucket (36inch maximum), heavy duty; Backhoe Thumb, hydraulic, 2 prong, heavy duty; front and rear halogen lights (3); Ripper Float Action, hydraulic; Winch, hydraulic, 9000 lb. pull, mounted on ripper bar; Auger Drive, Posthole, 850 ft. lbs. torque @ 2000 PSI, mounted on backhoe; Augers, 8 inch diameter, 50 inch depth. Line Item 2 is a Trailer compatible with the needs of the Sweco or equivalent dozer. Trailer to be a Jacobsen Easy Loader Tiltbed, Model DTB-B-189 BT with gooseneck or equal, bed to be 18 feet long and 96 inches in width with a GTWR of 19,000 pounds and a payload of approximately 15,000 pounds. The trailer shall include the following options: Gooseneck coupler with 2 5/16 inch ball coupler, straight axles for rough terrain, all wiring in conduit. Tires to be rated at load range H, sealed lighting, 12,000 pound rated jack stand, heavy duty wheel studs (9/16 inch), beaver tail, and storage rack. Trailer to be furnished with two 3/8 inch chains 20 feet in length with hooks and four chain binders, chains and binders shall have a working load limit (WLL) of at least 5,400 pounds. The contractor shall be responsible for shipping equipment FOB destination to the customer at the Lee Ranger District, 109 Molineu Road, Edinburg, Virginia 22824 within 30 days after receipt of order. All freight charges are to be included in the unit price of the equipment. Inspection and acceptance will be completed by the receiving activity. Contractor shall notify receiving activity at least 48 hours in advance of the delivery. Contractor shall provide standard commercial manuals for equipment; manuals shall be delivered with the equipment. PROVISIONS AND CLAUSES: The following provisions and clauses apply: 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s criteria for technical acceptability, price and past performance. To be determined technically acceptable the offeror must furnish product literature that demonstrates the products offered meets all requirements stated in the above purchase descriptions. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. 52.212-3, Offeror Representations and Certifications-Commercial Items (MUST BE RETURNED WITH SOLICITATION PACKAGE), and 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items, applies with the following applicable clauses for paragraph (b): 52.219-6, Notice of Total Small Business Set-Aside, Alternate 1; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form; etc) but must include the following information: Company?s complete mailing and remittance addresses, discounts for prompt payment, if any, Dun & Bradstreet number and Taxpayer ID number. Quotes are due by 4:30 pm April 16, 2004 to Gloria D. Morris, USDA Forest Service, 5162 Valleypointe Parkway, Roanoke, Virginia 24019. The purpose of this amendment is to change specifications of trailer as listed in Line Item 2. Response date has been extended to April 16, 2004.
 
Place of Performance
Address: George Washington & Jefferson National Forests,, Lee Ranger District,, 109 Molineu Road,, Edinburg Virginia 22824
 
Record
SN00553028-W 20040326/040324224003 (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.