Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

24 -- Tractor with Loader

Notice Date
7/30/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, 45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU781720202
 
Response Due
8/1/2008
 
Archive Date
1/28/2009
 
Point of Contact
Name: Marisa Lyon, Title: Contract Specialist, Phone: 3157726520, Fax: 3157728277
 
E-Mail Address
marisa.lyon@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
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 W16XU781720202 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 2005-26. 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 [ Small Business ] 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 2008-08-01 12:00:00.0 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, Brand Name or Equal, to the following: LI 001, John Deere 6230 Cab Tractor, manual four-wheel drive, or equal. Salient characteristics: Standard cab; MFWD Front axle with limited slip differential; John Deere 4.5 L PowerTech E (2-valve) engine; fixed geometry turbocharger with air-to-water after cooling. 4 cylinders, minimum 275 cu. In. displacement. Minimum 42 gallon, maximum 50 gallon fuel tank capacity. Vertical exhaust with under hood muffler (P/N 7452). PowrQuad PLUS 16F/16R Transmission with Left Hand Power Reverser (P/N 7073). On-the-go shifting. Rear Independent 540/1000 RPM PTO (P/N 7101). Constant flow load sensing hydraulics. Flanged axle, 8-position steel wheels (P/N 7152). Air-conditioning. 2 doors. Super Comfort Seat (MSG95) with Air suspension, minimum 3-inch seat cushion (P/N 7662). Mechanical seat with ComfortGuard Premium cab and air. Minimum 94 inch wheelbase. 14.7 foot turning radius (+/- 3%). Self-adjusting, self-equalizing disc brakes. Minimum 1 exterior rear work light (P/N 9041). Mechanical Joystick SCV Control. Second SCV Deluxe (3 Detents 301 Series) with standard couplers (P/N 9260); Third SCV Standard (2 Detents 201 Series) with standard couplers (P/N 9303). Cold weather package (P/N 9020); 12-V fuel heating system (P/N 9025). Installed tool box (P/N 8850). 2-Function Mechanical Independent Control Valve Loader Ready package (P/N 8941). Tractor must be fully prepped by dealer., 1, EA; LI 002, John Deere 640 Loader, or equal. Salient characteristics: Must be fully compatible with and installed on Line Item 001. Minimum 84-inch bucket, with Control 2-function, mounting frame, hood guard, parking stand with couplers, and bucket level indicator., 1, EA; LI 003, John Deere CX15 Rotary Cutter, or equal. Salient characteristics: Must be fully compatible with and installed on Line Item 001. 15-foot flex-wing Rotary Cutter, 540 RPM Stump Jumpers, single suction blades, 5-wheels., 1, 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, competed, 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, notify the point of contact 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 any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. 252.211-7003 Item Identification and Valuation. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. 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, apply: 52.219-6, Notice of Total Small Business Set-Aside;52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33. Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program;252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023, Transportation of Supplies by Sea;252.247-7023 ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). Delivery shall be made within 120 calendar days or less after receipt of order (ARO) or as otherwise specified. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 423820 with a small business size standard of 500 employees (not 100 employees as previously stated).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4a690189a021a058887e4187e2ff7d44&tab=core&_cview=1)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN01627277-W 20080801/080730223416-4a690189a021a058887e4187e2ff7d44 (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.