Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

24 -- Hydrostatic Tractor

Notice Date
3/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1TEAH7060A001
 
Response Due
3/12/2007
 
Archive Date
4/12/2007
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is F1TEAH7060A001 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This notice is for one-hundred percent small business set-aside. The associated NAICS code is 333120 and the small business size standard is 750 Employees. Please submit your technical proposal and quote on the following item(s) and quantity(s): 0001: 1 each, Model ST-3T Hydrostatic Tractor. Specifications are as follows: - Basic Vehicle Weight: 12,300lbs - Payload 6,000lbs - Gross Weight 18,300lbs - Track area@6 inch ? penetration: 4,480 sq. inches - Ground Pressure unloaded: 1.92 psi - Ground Pressure loaded 3.26 psi - Dimensions: Height ? 88?; Width: 90?; Length: 154? - Maximum Speed: 15mph - Ground Clearance: 11.5? - Turning radius min. inside: 0? - Fording depth: 33? - Climbing Grade: 60% - Side Hill Ability: 40% Standard Equipment: - Heavy duty ?corten? chassis or equal - Cummins 6BTA Diesel 175hp engine or equal - Pump drive - Sundstrand pumps tandem or equal - Sundstrand motors or equal - Fairfield torque and intercal brakes or equal - 27 gallon fuel tank - Oil cooler - 8 road wheels solid rubber - Front and rear lights - Standard 28? D-dent tracks - Walking beam suspension - 1or 2 man cab with ROPS - Parking Brake switch on dash - Full instrumentation in cab - Grease type wheel hubs - Joystick steering - Full Deck - Residential muffler - Track adjusters - Pusher radiator fan - Independent track control - 12 volt battery - Hydraulic tank for carrier Repair capability: - Vendor must be capable of providing parts and repair service within 72 hours of notification Offerors shall provide a brand name or equal item as applicable. Items are to be delivered FOB destination to 96 CEG/CEVSNF, Hwy 85 N Building 1523, Eglin AFB, FL 32578 for inspection and acceptance by an authorized government official. The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order: FAR Clause 52.204-7, Central Contractor Registration. FAR Clause 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors?Commercial. FAR 52.212-2, Evaluation--Commercial Items. The significant evaluation factors will be based on technical acceptability and price related factors, technical is more important than price. FAR 52.212-3, Offeror Representations and Certifications -Commercial Items. Proposals shall include a completed copy of the provision at 52.212-3 with its quotation. Failure to do so may result in your proposal to be considered non-responsive. FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition. -FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I -FAR 52.219-6, Notice of Total Small Business Set-Aside -FAR 52.219-14, Limitations on Subcontracting -FAR 52.222-3, Convict Labor -FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies -FAR 52.222-21, Prohibition of Segregated Facilities -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 -FAR 52.222-36, Affirmative Action for Workers with Disabilities -FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans -FAR 52.225-13, Restrictions on Certain Foreign Purchases -FAR 52.225-15, Sanctioned European Union Country End Products -FAR 52.232-33, Payment by Electronic Funds Transfer ? CCR -FAR 52.233-3, Protests After Award -FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.247-34, FOB Destination FAR 52.252-2, Clauses Incorporated by Reference. DFARS 252.204-7004, Alternate A Registration with the Central Contractor Registry (CCR) is mandatory. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEV) -DFARS 252.225-7001, Buy American Act and Balance of Payments Program -DFARS 252.232-7003, Electronic Submission of Payment Requests -DFARS 252.247-7023, Transportation of Supplies by Sea, with Alt III DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.246-7000, Material Inspection and Receiving Reports J-2 Clause, Wide Area Work Flow DODAAC and Email Distribution Table; WAWF Training may be accessed online at http://www.wawftraining.com. Defense FAR Supplement (DFARS) provisions and clauses are also incorporated either by reference or full text and are to remain in full force in any resultant purchase order. All FAR clauses and provisions can be reviewed and/or obtained via the Internet at http://farsite.hill.af.mil. Quotes and technical proposal are due on 12 March, 2007 at 2:00PM Central time and must reference the proposal number on the outside of your package for identification purposes. Each offeror shall submit their signed and dated offer (signed by an official authorized to bind your organization in a contract) to 96th Contracting Squadron, Attn: Maya Hemingway, Bldg 350 W. D Ave, Eglin AFB, FL 32542 or fax 850-882-1680. Faxed or e-mailed proposals will be accepted. Information regarding this solicitation may be obtained by contacting Maya Hemingway at (850) 882-0263 or via e-mail maya.hemingway@eglin.af.mil. *NUMBERED NOTE 1 APPLIES
 
Place of Performance
Address: HWY 85 N., BUILDING 1523, EGLIN AFB, FLORIDA
Zip Code: 32578
Country: UNITED STATES
 
Record
SN01244571-W 20070308/070306220743 (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  © 1994-2020, Loren Data Corp.