Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

38 -- Wheel Loader, Backhoe Loaders

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-07-P-LOADERS
 
Response Due
7/19/2007
 
Archive Date
9/17/2007
 
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; proposals are being requested and a written solicitation will not be issued. We have a requirement for one each wheel loader (brand name or equal to Caterpillar 950H) and three each backhoe loaders (brand name or equal to Caterpillar 446D). The following specific ations apply to the wheel loader: C7 engine, air conditioner, remote pressure taps , 2 valve ride control , tires 23.5 R25 XHA MX L3, directional SW lights, powertrain guard, external mirrors, AM/FM CD player radio, F-N-R SW switch, ether starting aid, 12 0V heater engine coolant, turbine precleaner, 3.75 CYD bucket GP, bolt-on adapters tip, bolt-on segments, general duty tip, fixed mount rotating beacon, ANSI North America (English) instruction. Warrranty: one year full machine warranty with travel and m ileage included for first six months. Power train and hydraulics covered for five years or 5,000 hours, whiwchever comes first. The specifications for the three backhoe loaders are: 5 function controls pilot, extendible stick, MP 98.5 inch 1.6 CYD bucke t, without flip-over guards flip-over pads, MP hydraulics loader, pilot controls deluxe cab with air conditioner, 2 inch suspension seat belt, four wheel drive, tires 15-19.5 12PR, 1,000 lbs. counterweight, 24 inch 5.7 CFT ES bucket, magnetic mount beacon, ride control, -50C (-58F) antifreeze, ether starting aid, domestic truck. Training provided for operator and maintenance. Maintenance manuals provided in English. Warranty: one year full machine warranty with travel and mileage included for first six months. Power train and hydraulics covered for five years or 5,000 hours, whichever comes first. Include the expected delivery dates for the items on the quote. See the Army Contracting Agency White Sands Missile Range Directorate of Contracting Current Solicitations and Sources Sought page at http://www.wsmr.army.mil/docpage/pages/sol_stat.htm. Download the Proposal Summary and submit it with your quote. The Proposal Summary form will have two Contract Lime Item Numbers (CLIN) 0001 and 0002. The Prop osal Summary is being used instead of FAR 52.212-3 Offeror Representations and Certifications Commercial Items. Award will be made to a single offeror. This requirement is set aside 100% for small business. The applicable NAICS code is 423810 with a sma ll business size standard of 100 employees. The contract type will be fixed price. Quotes will be evaluated on price-related factors and ability to meet the specifications of the synopsis solicitation. If you are selected, you must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov/) in order to receive the award. If you are not in the CCR at the time we are ready to make the award, you will be disqualified. Payment will be by Government Credit Card after receipt and accepta nce of the item. Your price should be FOB Destination White Sands Missile Range so there will be no line item for shipping on the quote and proposal summary. Inspection and acceptance shall be at destination. The preferred method of submission for the q uote and proposal summary is electronic email to kernsbj@wsmr.army.mil. If you are unable to email, the fax number is 505-678-4975, ATTN: Bonnie Kerns. The following provisions and clauses apply: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (in paragraph (b) the following clauses apply: 52.219-6, 52.222-3, 52.222-19, 52.222 -21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-36), FAR 204-7, FAR 52.211-6,and FAR 52.252-2. The following clauses also apply: DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. In paragraph (b) the following clauses apply: 252.204-7004 Alternate A, 252.225-7036 Alternate 1, and 25 2.247-7023. FAR and DFAR text are available at http://farsite.hill.af.mil. Any response to this synopsis must be received by 19 July 2007 at 3:00 p.m. MDT.
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
Country: US
 
Record
SN01340778-W 20070714/070712221435 (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.