Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
SOLICITATION NOTICE

23 -- ATVs, Trailers and Accessories

Notice Date
5/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
441210 — Recreational Vehicle Dealers
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526
 
ZIP Code
80526
 
Solicitation Number
RFQ-CAZ-04-045
 
Response Due
6/4/2004
 
Archive Date
6/19/2004
 
Point of Contact
Mai Dailey, Procurement Technician, Phone 970-498-2508, Fax 970-498-1045, - Mai Dailey, Procurement Technician, Phone 970-498-2508, Fax 970-498-1045,
 
E-Mail Address
mdailey@fs.fed.us, mdailey@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ-CAZ-04-045, ATVs, TRAILERS AND ACCESSORIES. Potential contractors please note the new requirement that the successful offeror must be registered in the CENTRAL CONTRACTOR REGISTRATION (CCR) to be awarded a Government contract, per Federal Acquisition Regulation (FAR) FAR52.204-7. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; offers are being requested and a written solicitation WILL NOT be issued. This solicitation is issued as a Request for Quotation (RFQ). Single or multiple awards may be made to the offeror(s) providing the best value to the Government on a fixed price basis. The Government?s estimated price range for this purchase is $50,000 to $100,000. This solicitation includes all clauses from the Federal Acquisition Regulation through Federal Acquisition Circular (FAC) 2001-23, May 5, 2004. This solicitation is 100% set aside for small business, under the NAICS code: 441210, ?Recreational Vehicle Dealers". The small business size standard for this NAICS Code is set at 500 employees or less. The Forest Inventory and Analysis Program, Interior West, Rocky Mountain Research Station, is requesting price and technical offers for 12 all-terrain vehicles (ATV), 6 ATV trailers, and accessories. The quote should include the following: Prices: (1) Price per item and total cost for quantities requested. Total cost of order should include shipping; (2) If entire order is not awarded to one vendor, shipping costs should reflect the cost for only the items shipped; (3) Vendor is not required to submit an offer for all line items to be considered for award. Shipping: (1) FOB destination with inside delivery into the Forest Inventory and Analysis Program, Attention Jim Sandall, Interior West, Rocky Mountain Research Station, 507 25th Street, Ogden, UT 84401. Complete order must be accepted and received by Friday, July 2, 2004; (2) Availability of each item should be listed on the offer; (3) Direct all Technical questions or comments to Jim Sandall, phone: (801) 625-5396, cell phone: (801) 726-1892. Direct all questions concerning contract or payment process to Kay Rauzi, phone: (801) 625-5389; or Mai Dailey, phone: (970) 498-2508. Specifications for needed items are: (1) 12 each ATV: Engine: 376cc, SOHC, four-stroke, single cylinder, air/oil-cooled; Chassis/suspension/brakes: front/rear suspension: limited slip front differential; front (handle)/rear (handle & foot pedal) brakes, front/rear tires (all-terrain); Bore Stroke: 82.0 x 71.2mm; Compression Ratio: 9.0:1; Fuel System: Keihin CVK32; Lubrication: Wet sump; Ignition: CDI; Transmission: V-belt CVT automatic with high/low range sub-transmission, 2WD/4WD front differential, reserve; Final Drive: Shaft drive; Final Drive: Shaft drive; Overall Length: 2175mm (85.6 in.); Overall Width: 1145mm (45.1 in.); Overall Height: 1200mm (47.2 in.); Seat Height: 830mm (32.7 in.); Ground Clearance: 235mm (9.3 in.); Wheelbase: 1270mm ( 50.0 in.); Dry Weight: 268kg (590 lbs.); Suspension Front: Independent, double A-arm, oil-damped; Suspension Rear: Swing arm-type, oil-damped; Brakes Front: Dual hydraulic discs; Brakes Rear: Single mechanical drum; Tires Front: AT 25 x 8-12; Tires Rear: AT 25 x 10-12; Fuel Tank Capacity: 15.0 liter (4.0 gallon); Color: Yellow, Green, Red; (2) 36 each of Helmets, Open faced, Department of Transportation (DOT) and/or American National Standards approved, Helmet sizes: 6 small, 12 medium, 12 large, 6 extra large; (3) 12 each of ATV covers, Covers need to be full covers that cover the entire machine from front to back and side to side, Constructed of at least 250 denier, urethane coated polyester. (3) 6 each of trailers, 80? x 13-foot 3-place flat bed, Wood plank floor, Single axle, 15-inch tires, Side loading ramps on both sides, Tongue jack swing away with wheel, Spare tire mount, Sealed beam lights recessed in main frame, Bulldog coupler 2-inch ball, 7-way flat blade trailer light plug; FAR52.211-6, Use of brand name or equal purchase descriptions: (a) While the use of performance specifications is preferred to encourage offerors to propose innovative solutions, the use of brand name or equal purchase descriptions may be advantageous under certain circumstances; (b) Brand name or equal purchase descriptions must include, in addition to the brand name, a general description of those salient physical, functional, or performance characteristics of the brand name item that an "equal" item must meet to be acceptable for award. Use brand name or equal descriptions when the salient characteristics are firm requirements. The provision at FAR52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR52.212-2, Evaluation-Commercial Items is included. Additionally the following evaluation criteria will be considered during the contract award process: price, technical/product offering, ability to meet the required delivery date of July 2, 2004, and only offerors who are registered in CCR can be awarded a government contract. Offerors must obtain a Duns and Bradstreet (DUNS) number and then enter this number and their business information in the CCR website. To obtain DUNS number call 1-866-705-5711. To register in CCR visit http://www.ccr.gov/ or call 1-888-227-2423 for additional information. Offerors shall include a completed copy of the provision at FAR52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Offerors failing to include FAR52.212-3, Offeror Representations and Certifications-Commercial Items, will be considered non-responsive and will not be considered for award. This provision can be obtained online at http://www.arnet.gov/far/ or on Federal Business Opportunities at http://www.fedbizopps.gov/ at the USDA, Forest Service location: R-2/RMRS Central Administrative Zone, Fort Collins, CO. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following Numbered Notes are applicable to this solicitation and the ensuring contract: 1 (one). Offers are due by 4:30 PM (Local time of Mountain Standard) on Friday, June 4, 2004. Offers shall be mailed to: USDA Forest Service, Central Administrative Zone- Contracting; RFQ-CAZ-04-045, 240 West Prospect Road; Fort Collins CO 80526. Facsimile offers (FAR52.215-5) will be accepted at 970-498-1045, Attn: Mai Dailey. It is the offerors responsibility to contact the acquisition office to verify the complete offer package is received if submission is via facsimile. Please include the solicitation number: RFQ-CAZ-04-045 on the offer. Minimum offer submittals: (1) a price offer, (2) a technical offer with a description/specifications of the product offering, (3) the complete clause FAR 52.213-3, Offeror Representatives and Certifications ? Commercial Items, and (4) the business? DUNS number and a statement that the offeror/business is or is not registered in CCR. For questions regarding this solicitation contact Mai Dailey, Purchasing Agent at 970-498-2508 or mdailey@fs.fed.us.
 
Record
SN00588157-W 20040521/040519211721 (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.