Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2007 FBO #2159
SOLICITATION NOTICE

38 -- DIESEL POWERED TRACK LOADER

Notice Date
10/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-08-T-0003
 
Response Due
11/7/2007
 
Archive Date
1/6/2008
 
Point of Contact
A. Joseph Bowers, 410-278-6515
 
E-Mail Address
Email your questions to RDECOM Acquisition Center - Adelphi
(a.j.bowers@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 38 2. NAICS Code: 333120 3. Subject: Diesel Powered Track Loader 4. Solicitation Number: W911QX-08-T-0003 5. Set-Aside Code: NA 6. Response Date: 11/7/07 7. Place of Performance: US Army Research, Development and Engineering Command Acquisition Center, Aberdeen Contracting Division AMSRD-ACC-AA, Bldg 434 Aberdeen Proving Ground, MD 21005 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; pr oposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX -08-T-0003. This notice of intent is a request for competitive proposals. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 1-28. (v) The associated NAICS code is 333120. (iv) The following is a list of contract line item number(s) and items, quan tities and units of measure: 0001 Diesel Powered Track Loader  to meet the salient characteristics described herein 0002 Shipping The salient characteristics of the Diesel Powered Track Loader are as follows: Powerplant -Rear engine diesel 148hp or higher, 6.6 liter or more Ability to terminate machine operation from ground level Control panel that regulates fuel delivery through the monitoring of engine functions. Control panel that self-diagnoses problems. Control panel that regulates all systems requiring inputs in order to control loading performance and emission outputs. 24V electrical system Ability to control each track independently 2.25 Cubic yard general purpose bucket with 6,000 lb. capacity Digging bucket with teeth - digging depth equal to or greater than 5 Minimum 106 clearance when bucket is at maximum height and being dumped at a 45 degree angle, minimum vehicle ground clearance 16 or greater. 19 wide tracks Oscillating undercarriage A cab that tilts forward so that the hydraulic system and drive train can be serviced easily. A cutting edge that bolts onto the bucket in 4 pieces for easier handling and implementation (v) Description of requirements: Delivery shall be made to U.S. Army Research Laboratory, Shipping and Receiving, Aberdeen Proving Ground, Building 434 APG MD 21005-5001. Acceptance shall be performed at the U.S. Army Research Laboratory, Shipping and Rec eiving, Aberdeen Proving Grounds, Building 434 APG MD 21005-5001. The FOB point is Destination. (vi) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provisio n: NONE. The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance, and price. The tech nical capability and past performance are of equal importance and when combined are more important than price. The technical evaluation will be a determination as to ability of the product to meet the salient characteristics listed herein and shall be bas ed on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal a ll descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to m ake it conform to the requirement of this solicitation, the vendor shall include a clear desc ription of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government ag encies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each b y providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right t o award to other than the lowest price, an all or none determination, and to award without discussions. (vii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFAR S 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (viii) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this cl ause NONE. (ix) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicabl e to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6; FAR 52.211-6; FAR 52.211-16; FAR 52.219.8; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FA R 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-5; FAR 52.225-13; FAR 52.225-15; and FAR 52.232-33. (x) The following additional contract requirement(s) or terms and conditions apply: DFARS 252.212-7000 and 252.212-7001 apply to this acquisition. T he following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7012; DFARS 252.225-7016; and DFARS 252.247-7023 alternate I. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following local contract requirement(s) or terms and conditions apply: ARL-B-004-4409; ARL-B-004-4411; ARL-G-032-4408; ARL-H-004-4408; ARL-H-005-4401; ARL-B006-4400; ARL-L-15. Clauses and Provisions can be obtained at http: //w3.arl.army.mil/contracts/kosol.htm. (xi) The following notes apply to this announcement: NONE (xii) Offers are due on 7 November 2007, by 2300 hours (11 pm Eastern Standard Time) via email to a.j.bowers@us.army.mil. (xiii) For information regarding this solicitation, please contact A. Joseph Bowers, Contract Specialist, at (410) 278-6515.
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSRD-ACC-AA Bldg 434 Aberdeen MD
Zip Code: 21005-5001
Country: US
 
Record
SN01439421-W 20071025/071023233909 (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.