Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

38 -- ONE EACH ROUGH TERRAIN, WHEELED, 25 TON CRANE

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-05-T-0133
 
Response Due
8/25/2005
 
Archive Date
10/24/2005
 
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 notice is being issued as a Request for Quote W912NS-05-T-0133, the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 05-05. The North Am erican Industry Classification System Code is 333120 and the Business Size Standard is 750. This is 100% Set-Aside for Small Business. The crane referenced is Terex CD225 and is used as meeting minimum specifications. If you will be offering substitute crane, you must submit full specifications, warranty information and nearest authorized servicing dealer in Springfield, Missouri area with your offer, or it may be considered unacceptable. Ship to location is Springfield, Missouri 65803. This require ment consists of: One each Wheeled, Rough Terrain, 25 Ton Crane, functionality and performance of Crane should be similar to Terex CD225 with the following minimum specifications: Max Lifting capacity of 25 Tons; 26-61 foot boom length; -4 to 76 degre es elevation degrees (min to max); 26-43 foot jib length. Engine: Diesel 130 HP, similar to Cummins 4BA3.9. Warranty: Minimum of 12 months. Operator Cab: must be environmentally controlled, include air conditioning; be sound proofed, have sliding window s on sides and rear and adjustable seat. Capacity Indicator: Indicator with visual and audible warning system and automatic function disconnects. Display must include actual load and percentage of allowable load registered by bar graph. Controls: Hand operated controls must include swing, telescope, boom hoist, winch, shift, vernier adjustable hand throttle. Switches to include ignition, range shift, steer mode, outrigger controls, travel lights, parking brake, swing break and two position house lock. Instrumentation and Accessories: In-cab gauges required are bubble level, engine oil pressure, fuel level, engine temperature, voltmeter, transmission temperature and transmission oil pressure. Indicators must include high water temperature, low oil pr essure, high transmission temperature, audio/visual warning, low coolant audio/visual warning, (hoist drum rotation indicator) and Rated Capacity Indicator. Accessories must include at a minimum a fire extinguisher, cab lights, headlights, tail lights, br ake lights, directional signals, four-way hazard flashers, back-up lights with audio pulsating back-up alarm, windshield washer/wiper and skylight wiper, right hand and left hand mirrors, rear view mirror, dash lights and seat belt. Carrier Chassis: 4 wh eel drive and 4 wheel steer (4x4x4). Steering: Hydraulic four-wheel power steering for two-wheel, four-wheel or crab steer. Transmission: Range-shift type power-shift with neutral safety start and automatic pulsating back-up alarm. Optional Cold weath er starting aid. Wheels: 20.5 x 25, 20 P.R. Parts Manual: Must be included in package. Operator and Maintenance Training: To be conducted on site at Mo-AVCRAD, Springfield, Missouri. Operator training for 6 personnel minimum and maintenance trainin g of 2 personnel minimum. Evaluation, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror or the offer representing the best value when compared to any lower price quotation or offer. Eval uation factors will be best value based on (listed in order of importance): Technical capability of item offered to meet Government requirement; past performance of offeror and servicing dealer and location of servicing dealer; delivery time and pricing. OFFERORS MUST SUBMIT WITH YOUR OFFER WARRANTY INFORMATION; DELIVERY TIME; NAME AND ADDRESS OF AUTHORIZED SERVICING DEALER NEAREST TO DELIVERY LOCATION; AND SP ECS IF OFFERING A SUBSTITUTE ITEM. OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS, WITH YOUR OFFER, which can be downloaded from the internet site above or requested in writing via facs imile at 573-638-9619 or email to Shirley.zbinden@mo.ngb.army.mil. Offers new to this agency must also submit with your offer at least three (3) past performance references, giving company name and address, individuals name and phone number and date. OF FERORS WHO FAIL TO FURNISH THE REQUIRED REPRESENTATION INFORMATION OR REJECT THE TERMS AND CONDITIONS OF THIS SOLICITATION MAY BE EXCLUDED FROM CONSIDERATION. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requiremen ts may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hil.af.mil/farsite_script.html. The following listed Federa l Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. FAR 52.204-4 Printed Or Copied Double-sided on Recycled Paper; FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212- 1 Instructions to Offerors; FAR 52.212-4 Contract Terms and Conditions; FAR 52.233-2 Service of Protest; FAR 52.252-1 Solicitation Provisions Inc by Reference; FAR 52.212-2 Evaluation; FAR 52.212-3 Offeror Representations and Certifications  Commercial I tems Alt 1; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Ex Orders, paragraphs (1), (5),(7),(9),(14),(15),(16),(17),(18),(19),(20),(26),(31),(33); FAR 52.219-1 Small Business Program Representations; FAR 52.252-2 Clauses In corporated by Reference AND DFAR 252.252-204-7004 Alt A Central Contractor Registration; DFAR 252-212-7000 Offeror Reps and Certs; DFAR 252-225-7000 Buy Am Act-Balance of Pymts Prog Certf; DFAR 52.203-3 Gratuities; DFAR 252-225-7001 Buy Am Act and Blnc of Pymt Prog; DFAR 252-225-7012 Pref for Certain Dom Commodities; DFAR 252-225-7036 Buy Am Act-N Am Free Trade Agree Implementation Act-Blnc of Pymt Prog; DFAR 252.247-7024 Notification of Trans of Supp by Sea and DFAR 252-212-7001 Contract Terms and Conditio ns Req to Implement Statues or Ex Orders Applicable to Defense Acquisitions. RESPONSE TIME IS NOT LATER THAN AUG 25, 2005 NLT 5:00PM CST. OFFERS MAY BE EMAILED TO shirley.zbinden@mo.ngb.army.mil (preferred), or faxed to 573-638-9619. You may also send by mail to USPFO-MO, Attn: Shirley Zbinden, JFMO-PC, 7101 Military Circle, Jefferson City, MO 65101-1200.
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN00868398-W 20050813/050811212516 (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.