Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2004 FBO #1006
SOLICITATION NOTICE

38 -- Tree Chipper w/Grapple

Notice Date
8/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM IDAHO STATE OFFICE 1387 S VINNELL WAY BOISE ID 83709
 
ZIP Code
83709
 
Solicitation Number
DLQ040050
 
Response Due
9/3/2004
 
Archive Date
8/26/2005
 
Point of Contact
Patricia A. Fort Contracting Officer 2083733910 Pat_Fort@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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 is issued as a request for quotation (RFQ), number DLQ040050. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 423830. This solicitation is set aside for small business concerns. The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. The line item number is: Item 1, Chipper w/Grapple, Quantity 1 Each. Chipper shall be delivered FOB destination to the Bureau of Land Management, Idaho Falls Field Office, 1405 Hollipark Drive, Idaho Falls, ID 83401. Salient features are: 1.) Grapple attachment must be attached to the chipper unit (not a separate item). 2.) Chipping capacity 20" diameter. 3.) Chipper unit must be self contained and not rely on power from outside source. The motor must be a least 200 hp (diesel fuel) liquid cooled. 4.) Chipper including the grapple must have the capability to be pulled behind a truck. This means a bumper pull, not a goose neck. 5.) Double axle. 6.) Infeed Opening Height 24" 7.) Infeed Opening Width 20" 8.) The discharge system must have at least a 270 deg. rotation capability. The provision at 52.212-1, Instructions to Offerors-Commercial Items is applicable. The provision at 52,212-2, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance, and price listed in descending order of importance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clauses cited in the clause are applicable: 52.204-06, 52.204-07, 52.211-05, 52.219-06, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-03 Alt. 1, 52.223-06, 52.232-33, 52.232-36, 52.246-02. Quotes shall include: 1.) Descriptive literature or other documentation verifying proposed equipment complies with specifications; 2.) Proposed delivery schedule; 3.) Warranty information; 4.) Repair and parts availability statement; 5.) Unit Price, FOB destination; 6.) Company experience with producing chippers; 7.) References of previous customers, including names and telephone numbers; 8.) completed copy of the representations and certifications in 52.212-3. Contractors are required to register or update their registration at the Central Contractor Registration website at www.ccr.gov. The registration is required to receive contract award and will facilitate payment. Offers are due at the above office by close of business September 3, 2004. Fax quotes will be accepted at (208) 373-3915. For additional information contact Patricia A. Fort, Contracting Officer at (208) 373-3910.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=751029)
 
Place of Performance
Address: Deliver to: Bureau of Land Management, 1405 Hollipark Drive, Idaho Falls, Idaho .
Zip Code: 83401
Country: USA
 
Record
SN00655724-W 20040828/040827094842 (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.