Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

38 -- Compact Track Loader

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2Q3667162A001
 
Response Due
7/13/2007
 
Archive Date
7/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of the Air Force, Langley AFB, VA has a requirement to procure a compact track loader similar or equal to a Bobcat T300. This announcement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 solicitation and subsequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-16. This acquisition is 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 423810 and the Small Business Size Standard for this NAICS code is 100 employees. DESCRIPTION: Loader, Compact Track with digging bucket; 3000lb rating operating capacity @ 35% of tipping load by SAE standard; 8571 lb Tipping load; 21.2 GPM Hydraulic pump capacity; 31.7 GPM high flow option; 4.1 PSI ground pressure (18 in tracks); travel speed 6.6 MPH; 9354lb Operating weight; Tier II compliant, 81 HP turbo-charged, liquid-cooled diesel engine; 4 cylinders, Max HP/displacement 61/202.53in3, 30 gal fuel tank capacity; Dimensions: Length with bucket 142.9 in; Width with bucket 80in; Height 80.9 in, Height with Bucket 126.4 in. Operation: Fully-hydrostatic, rubber track drive. Hydraulics: raise/lower lift arms and dump/rollback bucket controlled by hand controls. Hydrostatic transmission; Should include adjustable suspension seat, vinyl seat; automatically activated air intake heater, auxilliary hydraulics, interlock control system, deluxe operator cab, engine hydraulic shutdown system, lift arm support, front and rear lights, parking brake, seat belt, spark arrestor muffler, tracks(17.7in rubber),turbo charger; cab encloser to include heater & airconditioning, high flow auxilliary hydraulics with attachment control kit; backup alarm & horn, fire extinguisher kit with bracket. The required delivery date is 30 days after the award date. FOB: Destination for delivery to 1 CES/CEO, 37 Sweeney Blvd, Room 148, Langley AFB, Virginia 23665. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. The Government anticipates awarding a firm-fixed-price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will offer the best value to the Government. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this solicitation. Award will be made to that offeror whose technical and cost proposal is the most advantageous to the Government. The solicitation will be evaluated using the following criteria: (1) Technical Capability (2) Service availability within 200 miles of receiving unit (3) Delivery Time (4) Price. Factors 1, 2, and 3, when combined, are more important than price when making award decision. In addition, all Offerors must submit a completed form of FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items. This clause may be downloaded, free of charge, at http://www.arnet.gov/far. Offerors who fail to submit a completed FAR 52.212-3 will be considered non-responsive and will not be considered in the evaluation. The clause at FAR 52.2 12-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. All Offerors must be registered with the Central Contractors Registry (CCR) per FAR 52.204-7. All offers shall include prices; a delivery schedule/process; technical specifications; a completed FAR 52.212-3; and Offeror name, address, contact name, phone number, fax number, email address, tax identification number, and DUNS number. The following additional FAR clauses apply to this acquisition: FAR 52.247-34 F.O.B. Destination; FAR 52.215-5, Facsimile Proposals (Oct 1997), (a) Definition. Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 757-225-7443 Attn: Edgar Alonso-Bernal. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the Offeror and permit the Offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the Offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the Offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful Offeror promptly shall submit the completed original signed proposal. Offers are due July 13, 2007, 3:00 p.m. local time. Offers shall be submitted electronically at Edgar.Alonso-Bernal@langley.af.mil or faxed to 757-225-7443. All questions regarding this solicitation shall be submitted electronically toEdgar Alonso-Bernal at edgar.alonso-bernal@langley.af.mil.
 
Place of Performance
Address: 74 Nealy Ave Langley AFB, VA,
Zip Code: 23665-2088
Country: UNITED STATES
 
Record
SN01335894-W 20070708/070706220546 (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.