Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

24 -- Furnish and Deliver Farm Tractors to the Boise National Forest

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Suite 200, Boise, ID, 83709
 
ZIP Code
83709
 
Solicitation Number
AG-0261-S-06-0018
 
Point of Contact
Karen Morthland, Contracting Officer, Phone 208-373-4150, Fax 208-373-4197, - Ethel Hill, Procurement Assistant, Phone 208-373-4150, Fax 208-373-4150,
 
E-Mail Address
r4_boise_contracting@fs.fed.us, R4_Boise_contracting@fs.fed.us
 
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; quotations are being requested and a written solicitation WILL NOT be issued. This is a request for quotations No. AG-0261-S-06-0018. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation 2001-12. NAICS: 333111. Size Standard: 500 persons. I. PART 1 SCHEDULE, SECTION B SUPPLIES OR SERVICES AND PRICE COSTS. PURCHASE OF TWO FARM TRACTORS. Item 0001: 75-90 HP, Farm Tractor. TOTAL PRICE ITEM 0001: $__________. Item 0002: 125-140 HP, Farm Tractor. TOTAL PRICE ITEM 0002: $__________. Delivery date of farm tractors: 06/30/2006. CONTRACTOR TIN NUMBER:____________. CONTRACTOR DUNS NUMBER:____________.I. GENERAL SPECIFICATIONS: Delivery and FOB point to the Boise National Foreset Warehouse, 1918 Commerce Street, Boise, Idaho 83709. Deliver by: 06/30/06. Contract: Wally Olson 208-373-4214. II. Technical Specifications for Item 0001: (1) PTO hp range 75-90 turbo-charged diesel engine. (2) Mechanical front wheel drive (MFWD) front axle with slip differential. (3) Fully variable/multiple speed transmission capable of operating at slowest ground speed range of 160-180 ft/hr at full governed rpm’s. (4) Maximum ground speed 25-28 mph at full governed rpm’s. (5) Flanged axles with front and rear tires mounted on a 78” center. (6) Front tire size 13.6R24 and rear tire size 14.9R38. (7) Three dedent SCV with ISO breakaway couplers. (8) Underhood muffler with cab corner post exhaust. (9) Three rear remote hydraulic connections with ISO couplers. (10) Fender-mounted remote hitch control switch. (11) Dual stubshaft 540/1000 rpm PTO. (12) Category 2 three-point hitch with lift capacity between 4500-5500 lbs. (13) Manufacturer’s deluxe fully-enclosed ROPS cab with locking doors; equipped with factory air-conditioner/heating; AM/FM radio, deluxe suspension seat, side view mirrors, appropriate gauges. (14) Mounting brackets and 1300 lbs counter weights. (15) Removable front end loader fully compatible with tractor; complete with all required hoses, fittings and mounting brackets; bucket width range 5-6 feet; capacity minimum one yard. (16) Engine block heater. (17) Heavy duty battery. (18) Clevis and pin for standard swinging drawbar. (19) Toolbox. (20) Parts, operators and service manuals for tractor and loader. Technical Specifications for Item 0002: (1) PTO hp range125-140 turbo-charged diesel engine. (2) Fully variable/multiple speed transmission capable of operating at slowest ground speed range of 160-180 ft/hr at full governed rpm’s. (3) Maximum ground speed 25-28 mph at full governed rpm’s. (4) Flanged axles with front and rear tires mounted on a 78” center or standard axles if they do not extend beyond outside face of tires when on a 78” center. (5) Front tire size 11R16 and rear tire size 14.9R46. (6) Three dedent SCV with ISO breakaway couplers. (7) Underhood muffler with cab corner post exhaust. (8) Three rear remote hydraulic connections with ASAE/ISO couplers. (9) Fender-mounted remote hitch control switch. (10) Dual stubshaft 540/1000 rpm PTO. (11) Category 3 three-point hitch. (12) Hitch lift capacity 8000-10,000 lbs. (13) Manufacturer’s deluxe fully-enclosed ROPS cab with locking doors; equipped with factory air-conditioner/heating; AM/FM radio, deluxe suspension seat, side view mirrors, appropriate gauges. (14) Mounting brackets and 1500 lbs counter weights. (15) Engine block heater. (16) Heavy-duty battery. (17) Clevis and pin for standard swinging drawbar. (18) Toolbox. (19) Parts, operator and service manuals for tractor. Include cut sheet of information on how your equipment meets the specifications. III. EVALUATION FACTORS. Evaluation of quotes will include consideration of information provided by Contactors: 1) Low Price, Technically Acceptable, include Cut Sheet for specifications with your quote (meets specifications), 2) Complete all items in the Schedule of Items. Quotes should be submitted initially at the most favorable price. IV. MEASUREMENT AND PAYMENT. Measurement and payment for contract work will be made only for accepted items under the pay item included in the SCHEDULE OF ITEMS. All other work and materials will be considered as included in the payment of items shown. The following FAR clauses apply to this acquisition: 52.212 1, Instructions to Offerors, Commercial Item; 52.212 2, Evaluation, Commercial Item, paragraph a) the evaluation criteria will be delivery date and price; 52.212 3, Offeror Representations and Certifications, Commercial Item; 52.212 4, Contract Terms and Conditions, Commercial Item; 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Item; 52.249 8 (4/84), Default (Fixed price Supply and Service). NOTE: OFFEROR MUST INCLUDE A COPY OF THE PROVISIONS AT 52.212 3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEM WITH THEIR QUOTE. THIS CAN BE OBTAINED AT http://www.arnet.gov/far/farqueryframe.html. 52.204-7. Central Contractor Registration. (Oct 2003) Alternate I (Oct 2003). (a) Definitions. As used in this clause- Central Contractor Registration (CCR) database means the primary Government repository for Contractor information required for the conduct of business with the Government. Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. Registered in the CCR database means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields and has marked the record Active. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS or DUNS +4 followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the Suspension of Payment paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the Suspension of payment paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. Alternate I (Oct 2003). As prescribed in 4.1104(a), substitute the following paragraph (b) for paragraph (b) of the basic clause: (b)(1) The Contractor shall be registered in the CCR database by December 31, 2003. The Contractor shall maintain registration during performance and through final payment of this contract. (2) The Contractor shall enter, in the block with its name and address on the cover page of the SF 30, Amendment of solicitation/Modification of Contract, the annotation DUNS or DUNS +4 followed by the DUNS or DUNS +4 number that identifies the Contractor's name and address exactly as stated in this contract. The DUNS number will be used by the Contracting Officer to verify that the Contractor is registered in the CCR database. Quotes shall include a total price for each of the two items. Quotes are due by close of business 03/20/06 at the SW Idaho/Nevada Acquisition Center, 1249 S. Vinnell Way, Ste 200, Boise, Idaho 83709. FAX quotes will be accepted at 208-373-4197. Contact Karen Morthland at 208-373-4150 for additional information. Continuation of SF1449 CONTRACT CLAUSES FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—Commercial Items (JAN 2006(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_(5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). _X_(7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). _X_(14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_(15) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). _X_(16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_(17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_(19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (23) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). _X_ (24)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Jan 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). _X_(26) 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_(31) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/FS/0261/AG-0261-S-06-0018/listing.html)
 
Place of Performance
Address: Boise National Forest Warehouse, Boise, Idaho
Zip Code: 83705
Country: USA
 
Record
SN01143113-F 20060915/060913224817 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.