Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

37 -- Bush Hog 2710L Flex-Wing Mower (Same as or equal)

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
R4 Contracting and Grant Services Division U.S. Fish and Wildlife Services 1875 Century Blvd.Suite 310 Atlanta GA 30345
 
ZIP Code
30345
 
Solicitation Number
401819Q669
 
Response Due
7/9/2009
 
Archive Date
7/1/2010
 
Point of Contact
Jamese N. Promise Contract Specialist 4046794055 Jamese_Promise@fws.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for firm fixed priced commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This solicitation is being issued as a Request for Quotation using Simplified Acquisition Procedures at FAR Subpart 13.1. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is 401819Q669. This acquisition will be a 100% total small business set-aside; the North American Industry Classification System (NAICS) code is 333111 with a small business size standard of 500 employees. DESCRIPTION OF REQUIREMENT: The U.S. Fish and Wildlife Service have a requirement for a commercial off the shelf Bush Hog 2710L Flex-Wing Mower with deck rings, anti-deflection chains, foam filled tires and constant velocity drive. (Same as or equal). NOTE: Award will be made to the quotation which offers the best value to the government, not necessarily the lowest price. The government also reserves the right to make no award at all. Bush Hog 2710L Flex-Wing Mower (Same as or equal) (1 @ $________) TOTAL COST $________ Delivery Terms are FOB destination. Delivery shall be made to:Merrit Islands National Wildlife RefugeU.S. Fish and Wildlife Service SR 402(5 miles East of Titusville)Attn: Linda HoilenTitusville, Florida 32796 Delivery date of 08/15/2009. All prices shall be FOB destination. The following are minimum requirements: -Cutting Width 10 ft 2 inches -Cutting Capacity 3 1/2 inch diameter -Cutting Height 2 to 14 inches -Overall Width x Length (from clevis to wheel hub at transport height) 11 ft 4 inches x 14 ft 10 inches -Transport Width (from weight box to wing skid) 8 ft -Tractor PTO 540 RPM/1000 RPM -Minimum Tractor HP 60 PTO -Deck Thickness 11 gauge top/10 bottom -Side Bands 1/4 x 12 1/2 inches -Gearbox HP 235/Transfer, 205/Center & Wing -PTO Driveline Input: Constant Velocity or Cardan/jackshaft - Cat. 5 (540 RPM) Cat. 4 or 5 (1000 RPM) -Wing Driveline ASAE Cat. 4 -Slip Clutches (2) 2 Friction Plates -Blade Tip Speed 16,000 FPM/540 RPM; 15,912 FPM/1000 RPM -Blades 1/2 x 4 inches - Uplift with 6 inch Overlap -Type Hitch Self Leveling with Perma Level Hitch, or 2 inch Ball Hitch or Swivel Clevis Hitch -Wing Flex 87 Up to 22 Down -Tires Laminated, Pneumatic or Aircraft -Axles Greaseable with bushings -Wheel Shock Protection Independent Springs/Each Axle -Deflectors Standard Front Belting and Rear Band, Optional Chains Front and Rear -Options Chain Shielding, Tandem Walking Axle, Deck Rings -Grass Baffles Standard -Warranty CLAUSES AND PROVISIONS: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33, dated June 15, 2009, and Department of Interior Acquisition Regulation (DIAR). The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52,212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, past performance, and price. The evaluation factors are equal in importance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. The award may not necessarily be made to the lowest price offeror. The Government reserves the right to make award without further discussion. FAR 52.212-03 Offeror Representations and Certifications - Commercial Items; FAR 52.212-04 Contract Terms and Conditions - Commercial Items; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.214-21 Descriptive literature; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; FAR 52.222-03 Convict labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52-232-19 Availability of Funds for the Next Fiscal Year; 52.232-25 Prompt Payment; FAR 52.232-33 Payment by Electronic Funds Transfer; FAR 52.211-06 Brand Name or Equal; FAR 52.204-07 Central Contractor Registration; FAR 52.223-06 Drug-Free Workplace; FAR 52.247-34 F.O.B. Destination; 52.222.41 Service Contract Act. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. There is no SF 1449 available for submitting quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contact, address, phone number, fax number, DUNS number, the unit price, the extended price, and any prompt payment discount terms. If you need assistance with the IDEASEC website contact the helpdesk at 703-390-6633. The Fish and Wildlife Service is using Electronic Commerce (EC) to issue Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) and award of contracts. You may view posted solicitations at the Department of Interior web site - http://ideasec.nbc.gov and Federal Business Opportunities web site - http://www.fedbizopps.gov. If you are interested in viewing IFB solicitations, or viewing and quoting on-line for an RFP, you are requested to register at the Central Contractor Registration (CCR) web site at http://www.ccr.gov. If you encounter any problems or have any questions about the CCR web site, please call 1-888-227-2423. You will need a Dun and Bradstreet (D&B) number and a Tax Identification number (TIN) in order to view solicitations. To obtain a Dun and Bradstreet number free of charge use the D&B website at http://dnb.com or telephone 1-800-333-0505. When registering, your User ID is your D&B number, and your Password is your TIN or social security number. It is incumbent on contractors to check the site periodically for amendments or modifications. If you need any type of assistant with this process please contact a Procurement Technical Assistance Centers (PTACs). PTAC's is a nationwide network of procurement professionals dedicated to providing you an understanding of the requirements of government contracting, and the know-how to obtain and perform federal, state, and local government contracts. Please go to the following website http://www.aptac-us.org/new/Govt_Contracting/find.php and click on the map or use PTAC Search Tool to find the Procurement Technical Assistance Center nearest you. DEADLINE: All quotes must be received at this office no later than 12:30 pm EST on July 9, 2009. Quotes shall be submitted on letterhead and must include, a minimum, unit price for each item, extended price, item description as detailed above, and should submit past performance references, name, phone number and address of your point of contact. The vendor must provide the following statement with their quote: "I accede to all of the requirements of this synopsis/solicitation, including specifications, terms and conditions, and delivery schedule." Quotes and/or inquires will be accepted by email at jamese_promise@fws.gov or by FAX at (404) 679-4057, Attention: Jamese Promise. All vendors MUST be registered on the Central Contractor Registration (CCR) website at http://www.ccr.gov and are required to submit or upload their organizations representation and certifications at https://orca.bpn.gov prior to submitting your offer, failure to do so will render your offer non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/401819Q669/listing.html)
 
Place of Performance
Address: Merritt Island National Wildlife RefugeTittusville, Florida<br />
Zip Code: 32796<br />
 
Record
SN01862951-W 20090703/090702001836-a47f8b1b4f2fa333897b5dbd6bab1d86 (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.