Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2004 FBO #0871
SOLICITATION NOTICE

37 -- BUSH HOG 2615LR1 MOWER OR EQUAL

Notice Date
4/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
Contracting Office
USPFO for Nebraska, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W91243-04-T-0004
 
Response Due
4/30/2004
 
Archive Date
6/29/2004
 
Point of Contact
Sandra Leach, 402-309-7543
 
E-Mail Address
Email your questions to USPFO for Nebraska
(sandra.leach@ne.ngb.army.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. w91243-04-T-0004 is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throught Federal Acquisition Cir cular 01-22. This combined synopsis/solicitation is set-aside 100% for small business. The NAICS Code is 423820. CLIN 0001: BUSH HOG ROTARY MOWER 2615LR1 OR EQUAL. The equal must meet exactly or exceed the minimum specifications of the Bush Hog. Vendor must provide specifications of what they are quoting on if vendor is quoting an equal. The specifications for the Bush Hog 2615LR1 is as follows: 1. APPLICATION: This 15 foot heavy duty rotary foldable mower will be used for mowing of roadsides, right of ways, and park type ground facilities. The power unit will b a 60 HP tractor with 540 RPM PTO. 2. MODEL: Bush Hoh 2615:R1 or equal with all the latest updates and improvements that meet these specifications in current production as offered to the commeric al trade. 3. BASIC DESIGN: Heavy duty pull type rotary mower, Three sections with outer sections hydraulically retractable. Must have a 15 foot cutting width. 4. FRAME AND DECK CONSTRUCTION: Heavy duty all electrically welded steel frame. Ten gauge steel deck material. 1/4 inch band thickness. 5. DRIVE SYSTEM: Shielded universal jointed drive shaft and a jack shaft, 540 RPM, constant velocity cat 5, from tractor to mower. Main power shaft shall be protected by slip clutch with static breakaway torque of a pproximately 1100 ft/lbs. Universal joints to be needle bearing, grease able design. Center gearbox shall be rated at 190 H.P. minimum. Wing gear boxed shall be rated at 190 H.P. minimum. Center and wing gear boxes have 1 3/4 inch output shafts minimum. 6 . BLADES AND RELATED EQUIPMENT: Heat treated up draft design. 1/2 inch x 4 inch free swinging with center blades overlapping wing blades by 6 inches minimum. Round design blade holder (STRAIGHT BAR NOT ACCEPTABLE). Blade bar attached to output shaft by tap ered spline and hub with locking or castle nut. Blades attached to blade attached to blade bar with high grade forged steel bolts with induction hardened wear surface. 7. WINGS AND RELATED EQUIPMENT: Wings to be hydraulically raised and lowered. Wings to have the capability of movement through a arc of negative 22 degrees to a positive 90 degrees in relation to the main deck. Wings to hinge on 1-3/16 inch hinge pins minimum. 8. HEIGHT ADJUSTMENT: Cutting height shall be hydraulically adjustable from the o perator's station. Cutting height to be adjustable from two through fourteen inches. 9. SUSPENSION SYSTEM: Wing suspension shall be through spring steel shock mounts. Center section shall be suspended by steel springs. Center section will have tandem wal king axle with dual wheels. Wings will have single wheel. Total of 6 tires and wheels required. 10. WHEELS AND TIRES: Mower will be equipped with 6 laminated tires and wheels. Center section to have two sets of tandem wheel arrangements properly spaced f or maximum stablity. Wing sections to have one tire and wheel assembly on each wing. Each wheel to ride on sealed roller bearings. 11. OPERATIONAL WEIGHT: Approximate operating weight of 4800 pounds. Please state operation weight in your quote. 12. MISCE LLANEOUS EQUIPMENT: (a) Right and left wing replaceable skid shoes; (b) Front and rear highway safety chains. Double row design using 5.16 inch chain minimum interlaced 1/4 inch air craft cable in second from bottom link; (c) All hydraulic hosed and quick couplers necessary to connect mower to power unit; (d) Swing away, screw type parking jack on tongue; (e) SMV Sign; (f) One spare set of cutter blades; (g) Perm a level hitch. 13. PAINT: Manufacturer's standard color. 14. MANUALS: 2 sets each of Parts Manuals, Service Manuals, and Operator's Manuals. 15. WARRANTY-REPAIRS: DURING THE WARRANTY PERIOD, IT SHALL BE THE RESPONSIBILITY OF THE DISTRIBUTOR TO PERFORM WA RRANTY REPAIRS F.O.B. AT CAMP ASHLAND, 220 COUNTY ROAD A, ASHLAND, NEBRASKA 68003 OR AT THE DISTRIBUTOR'S DISCRETION TO TRANSPORT THE EQUIPMENT TO THE FACTORY-AUTHORIZED REPAIR FACILITY FOR SUCH REPAIRS. ALL TRANSPORTATION COSTS ASSOCIATED WITH SUCH WARRAN TY REPAIRS WILL BE PAID BY THE DISTRIBUTOR. 16. The mower shall be received fully assembled and ready to mow. Point of Contact for technical information regarding this mower will be Gerry Tice at 402-309-7630. Delivery to Camp Ashland, 220 County A, Ashl and, Nebraska 68003 no later than 45 days after receipt of award. Vendor must provide all mower specifications for what vendor is quoting on. Quotes received without this information will be considered non-responsive. Destination pricing only. The foll owing FARS are applicable to this combined synopsis/solicitation: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (will be based on the lowest priced mower which meets ALL specifications); 52.212-3, Offeror Repres entations & Certifications-Commercial Items; 52.212-4, Contract Terms & Conditions-Commercial Items; 52.212-5, Contract Terms & Conditions Needed to Implement Statutes of Executive Orders-Commercial Items; 52.247-34, FOB:Destination. The following informat ion is mandatory for each quote returned to our office: Solicitation Number (W91243-04-T-0004), Contractor Name & Address, Contractor Phone & Fax Number, Contractor Point of Contact, Company Duns & Bradstreet Number or Cage Code, all most all mower specifi cations if quoting an equal. If any of this information is missing from the quote, the quote will be considered non-responsive. Quotes should be faxed to Sandy Leach at 402-309-7549 no later than 11:00 a.m. CDT on Friday, April 30, 2004. All vendors/prosp ective contractors must be registered in the CCR database (www.ccr.gov) prior to award date of Monday, May 3, 2004. Vendor quotes will be considered non-responsive if not registered or active in the CCR database by 7:30 a.m. CDT on Monday, May 3, 2004.
 
Place of Performance
Address: USPFO for Nebraska 1234 Military Road, Lincoln NE
Zip Code: 68508-1092
Country: US
 
Record
SN00564736-W 20040415/040413212209 (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.