Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

24 -- Tractor with Flail Cutting Head

Notice Date
8/30/2007
 
Notice Type
Modification
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Southern Sierra Province, 1600 Tollhouse Road, Clovis, CA, 93611, UNITED STATES
 
ZIP Code
93611
 
Solicitation Number
RFQ-S-05-SS-15-07-232
 
Response Due
9/14/2007
 
Point of Contact
Mary Cantrell, Contract Specialist, Phone 559 297-0706 Ext. 4890, Fax 559 294-4833, - Teresa Porter, Procurement Assistant, Phone 559 297-0706, Ext. 4843, Fax 559 294-4833,
 
E-Mail Address
mecantrell@fs.fed.us, tporter@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 2: The close date has been extended to 09/14/2007. The cutter Reach out is 24 feet or greater. The flail Cutting Head must be minimum of 48? or greater. The Cutter Shaft shall be a minimum of 4 1/2 ? or greater, with a minimum of 16 or more cutting knives weighting 2lbs each or greater. Ground roller shall be a minimum of 5 1/2? or greater in diameter. Please provide information on the minimum overall width of the tractor and mower head in a fully operational position. In other words, what is the total width of the tractor/mower combination when the mower is pulled in as close to the tractor as possible during full operation with the mower no more the 6 feet off the ground. END OF AMENDMENT The United States Department of Agriculture (USDA) Forest Service, Southern Sierra Province, Clovis, California, has a requirement to procure a tractor with a flail head attachment. 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. Solicitation RFQ-S-05-SS-15-07-232 is being advertised as a Brand Name or Equal per FAR 52.211-6. 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 333111 and the Small Business Size Standard for this NAICS code is 500 employees. DESCRIPTION: Brand Name or Equal: Tiger Boom Mower, Sabertooth SBF-50C, Flail 50 inch cutting head The minimum characteristics of a hydraulic driven flail boom mower shall include the following: Mowing is forward and right of the right rear tire and extended by means of an articulated two-section boom. This unit shall be constructed with a 50 inch flail Cutting Head. The unit will be the manufacturers current production model with a minimum of (1) one year previous production, meeting or exceeding the terms the specifications. Unit shall be manufacturers heaviest duty model available. The vendor shall guarantee that a stock of component parts be available at a location convenient to the user. For any offer considered, all items must be of standard production model, not modified for bid purposes. All deviations must be spelled out and explained in full. The boom mower unit shall be attached to a John Deere Model 7220 tractor or equal. Both the boom mower unit and tractor shall be fully compatible and functional upon delivery. Service availability shall be within 200 miles of final delivery location. The minimum characteristics of the tractor shall include the following: - 6- Cylinder turbocharged diesel engine - 414 cu. in. displacement - 95 PTO horsepower - Muffler with exhaust located at engine midpoint, right of hood - 54 gal. Fuel tank capacity - Infinitely Variable Transmission (26mph) - Hydraulic power differential lock - Wet-disk hydraulic power brakes - 2.74 cu. in. hydraulic pump - 26.7gal/minflow @ one SCV - Two mechanical Rear selective control valves with ISO breakaway couplers - Tilt/telescoping steering wheel - extremity lights - Mechanical front wheel drive front axle with limited slip differential - Comfortguard deluxe cab with CommandARM Console - Super comfort Low-frequency Air Suspension seat - Sun visor - Power strip (six electrical outlets) - Lockable fuel cap, hood and engine side panels. - AM/FM stereo radio with speakers and antenna - Bottom guard for fuel tank - Rotary beacon light - Backup alarm The required delivery date is 120 days after the award date. FOB: Destination for delivery to USDA Forest Service, 1600 Tollhouse Road, Clovis, California 93611. 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 52.211-6, Brand Name or Equal (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. 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: 559-294-4833 Attn: Mary Cantrell. (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 19, 2007, 1:00 p.m. local time. Offers shall be submitted to USDA Forest Service, Attn: Mary Cantrell, 1600 Tollhouse Road, Clovis, CA 93611 or faxed to 559-294-4833. All questions regarding this solicitation shall be submitted, in writing, to Mary Cantrell at email mecantrell@fs.fed.us. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/FS/9A40/RFQ-S-05-SS-15-07-232/listing.html)
 
Place of Performance
Address: USDA Forest Service; 1600 Tollhouse Road; Clovis, California
Zip Code: 93611
Country: UNITED STATES
 
Record
SN01391697-F 20070901/070830231207 (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.