Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2005 FBO #1292
MODIFICATION

M -- PURCHASE OF JOHN DEERE GATORS

Notice Date
6/8/2005
 
Notice Type
Modification
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-05-Q-0127
 
Response Due
6/23/2005
 
Archive Date
8/22/2005
 
Small Business Set-Aside
N/A
 
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 acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91248-05-Q-0127. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 423820 and the Business Size Standard is 500. Description of requirements: The contractor shall provide the following JOHN DEERE ITEMS/PART NUMBERS:1. QTY 47 EA #BM 20025 FRONT TIRE AND WHEEL 2. QTY 47 EA #BM 20353 REAT TIRE AND WHEEL 3. Q TY 79 EA M123378 FILTER 4. QTY 143 EA #CH15553 FUEL FILTER 5. QTY 143 EA #m806418 FILTER 6. QTY 143 EA #M113621 FILTER 7. QTY 47 EA #TY25221 BATTERY 8. QTY 47 EA #M125383 BELT 9. QTY 47 EA # M800313 10. QTY 175 EA JD20 WHEEL STUD BOLTS 11. QTY 47 ea # M111 385 12. QTY 47 EA # VG11674 RADIATOR HOSE 13. QTY 111 EA # M87919 GLOW PLUG 14. QTY 47 EA - 6X4 DIESEL TRAIL GATOR ( LESS GROUND PRESSURE PSI) MODEL: TRAIL GATOR with the following specifications: ENGINE & ELECTRICAL: MUST RUN WITH DIESEL FUEL AND ALSO BE CAPABLE OF USING JP-8 FUEL Make: Yanmar Type: 4-cycle Cylinders: 3 Valving: Overhead valves Displacement: 659cc (40.2 cu in) Maximum torque: 39Nm (28.9 lb-ft) @2700rpm Ignition: IDI Diesel Lubrication: Full pressure Oil filter: Replaceable (standard) Rpm, idle (no load): 900 Rpm, fast (no load): 3350 Cooling system: Liquid Air cleaner: Dry, replaceable, dual element, with remote intake Muffler: Spark arresting Battery: 32 amp/hr, 340 cold cranking amps Alternator: 40 amp regulated Headlights: Two 37.5 watt halogen Capacity: 20 L Type: Continuously variable transmission (CVT)- HYDROSTATIC WITH WET DISC BRAKE SYSTEM Differential lock: Standard Drive chain: No.50 industrial roller chain Ground speed: 0-29km/h (0-18mph) Transaxle: Fully enclosed; oil bath Gear selection: Forward, neutral, reverse Overall reduction ratio:Low: 70.8:1 High: 14.3:1 Type: Wet disc brake system in transaxle Type: Rack and pinion With 91kg (200lb) operator only: .49kg/cm? (6.9psi) Fully loaded vehicle: .51kg/cm? (7.3psi) Length (with b umper): 2.69m (106.0in) Width: 1.52m (60.0in) Front-tread centres: 1.27m (50.0in) Rear-tread centres: 1.22m (48.0in) Height (overall): 1.11m (43.6in) Wheelbase: 2.01m (79.1in) front/rear Weight (including fuel/fluids): 513kg (1130lb) Ground clearance: Under Transaxle: 170mm (6.7in)Under foot platform: 216mm (8.5in) Seating capacity: 2Seat type: Professional high back Turn clearance: 7.6m (24.8ft) Towing capacity: 635kg (1400lb) Payload capacity: 635kg (1400lb)Material: 16-gauge steel Capacity, Volume: 317 L (11.2 cu ft)Capacity, Weight: 454kg (1,000lb)STANDARD EQUIPM ENT:16-gauge steel cargo box Front bumper Front brush guards Chain shielding Rough terrain throttle pedal control Heavy Duty All Purpose tyres front and rear (black) Heavy Duty Front Suspension 12 Volt Aux colors green or black in a flat non-gloss paint finish OPERATOR STATION: Independent Bucket SeatsOPTIONS: Power Lift Kit Winch Assy (Front & Rear)Run Flat Tires The price shall include applicable taxes. The solicitation referenced part are those of JOHN DEERE and are being solicited on a Brand Name or Equal Basis. The characteristics are intended to be descriptive, but not restric tive. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an equal product, the brand name of the product to be furni shed shall be inserted on the proposal as well as descriptive technical literature on product offered. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Ft Campbell, KY 42223. The following clauses w ill be incorpora ted by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.211-6 Brand Name of Equal. 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Ozone-Deplet ing Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation cr iteria to be included in paragraph (a) of that provision are as follows: Lowest price technically acceptable. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, low est price technically acceptable. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFARS 252.212-70 00, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns 15 U.S.C. 637 (d)(2) and (3); FAR 52.219-14 Limi tations on Subcontracting (DEC 1996) 15 U.S.C. 637(a)(14); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; F AR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222 -36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of th e Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Fu nds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statute s or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252 .225-7012 Preference for Certa in Domestic Commodities, 252.225-7015 Preference fo Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227), 52.232-17 Interest; 52.252-2 Clauses Incorporated by Re ference (Fill-in information  http://acqnet.saalt.army.mil/library/default .htm); 252.204-7004 Alt A - Required Central Contractor Registration; 252.243-7001 Pricing of Contract Modifications; FAR 52.252-6 Authorized Deviations in Clauses; FAR 52.214-31 F acsimile Bids The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax June 23 2005 no later than 3:30 PM CST at the Directorate of Contracting, SFCA-SR-CA (Regina Harris), 2172 13 ? St, Ft Campbell, KY 42223. Vendors may register with CCR by calling 1-800 -334-3414 or by registering online at www.ccr.gov. For qu estions concerning this solicitation contact Regina Harris, Contract Specialist via fax (270)798-7548, or via email regina.harris@campbell.army.mil, (270)798-7826.
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN00824952-W 20050610/050608212247 (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.