Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
MODIFICATION

24 -- Toro Lawn Mower

Notice Date
7/18/2007
 
Notice Type
Modification
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU771732700
 
Response Due
7/20/2007
 
Archive Date
1/16/2008
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W16XU771732700 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 423820 with a small business size standard of 100 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-07-20 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Meet or Exceed, to the following: LI 001, Toro Lawn Mower, Groundmaster 300 series, Model 30627. Minimum characteristics to include: 4 wheel drive, with Roll-over Protection Structure made of 2-inch by ? inch gauge welded tubing. Seat belt and attaching system. Arm rests. Deluxe adjustable suspension set seat. Additional counter-balance weights of 70 pounds. Liquid cooled 3-cylinder 28hp engine, governed speed of 3250 rpm with electric fuel pump. Minimum 6.5 gallon fuel capacity. Hand operated throttle, PTO, hydraulic-implemented lift and foot-operated traction pedal. Hour meter, fuel gauge, coolant temperature gauge, oil pressure gauge, water temperature gauge, amps, and glow plug. High water temperature shut-down/override switch. Maintenance free 12-volt battery, 630 amp. 40 amp manual reset circuit breaker. Electrical operated seat, PTO, parking break, and traction interlock switches. Industrial radiator with tube and fin construction. Hydrostatic in-line transmission; charge circuit hydraulics, bi-directional overrunning clutch. 1 1/8 inch splined PTO shaft. Lift cylinder 2.5 inches by 3.25 inches actuates a T-bar of 2 inches square structural tubing. Hydraulic power steering. Ground speed of 0 to 9.5 mph infinitely variable. 18 by 6.5-8 tubeless, extra traction tread 4-ply rating tires. Main frame made of welded construction steel. Individual 7-inch by 1.75 inch drum type wheel brakes. Cutting unit to include: 72? width of cut, three blade, front-mounted rotary Recycling with no discharge, which trims on both sides. 1.5 to 4.5 adjustable front and rear height of cut. Cutting unit made of 12-gauge steel with 10-gauge channels and plates. Spindle assemby to include cast iron spindle housing, greaseable tapered roller bearings, solid cold finished steel spindle shaft. Welded blade retainer plus anti-scalp cups on each blade. Three anti-scalp rollers, and adjustable skids. Cutter drive PTO driven gear box with spiral bevel gears. Self-tensioning idler pulleys, spindle shfats turn on two greaseable tapered roller bearings (greaseable from top of deck) . A posititive splined connection attaches pulleys to spindle shafts for high torque capacity. Three 25-inch heat treated steel Recycler blades. Cutting unit suspension and caster wheels: 10-inch by 3.25-inch front tires, and 8-inch by 3.5-inch rear tires. Deck cover: Quick release, high impact plastic cover. Two year limited manufacturer?s warranty. Certified to meet American National Standard Institute?s (ANSI) specifications, B71.4-1999 and applicable Federal and State regulations. , 3, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Marisa Lyon at marisa.lyon@us.army.mil or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to marisa.lyon@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.219-6, 52.222-3, 52.222-19, 52.225-3. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. ORCA Requirement - Agencies require completion of the Online Representation and Certifications Applications (ORCA) prior to award. Information can be found at https://orca.bpn.gov/. New Equipment ONLY, NO remanufactured products The following DFAR clauses in paragraph (b) of DFAR clause 252.212-7001, Contract Terms and Conditions required to implement statutes or Executive Orders Applicable to Defense Ascquisitions of Commercial Items, will apply: 252.225-7001, 252.225-7036, 252.232-7003, 252.247-7023. The full text of a DFAR clause may be accessed electronically at http://farsite.hill.af.mil/ The FAR Provisions 52.212-2 - Evaluation of Commercial Items, the following factors shall be used to evaluate offers: (1) Ability of item specifications to meet or exceed the government's minimum needs, (2) Price, (3) Delivery. The solicitation document and incorporated provisions and clauses are those in effect through DFARS Circular Current to DCN 20070531 Edition.
 
Web Link
www.fedbid.com (b-43162_02, n-6491)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
Country: US
 
Record
SN01345653-W 20070720/070718221933 (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.