Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

38 -- Backhoe Installed on F350 Ford Truck Chassis - SF1449 Solicitation/Contract/Order For Commercial Items

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Washington State Office, 316 Boone Avenue, Suite 450, Spokane, Washington, 99201-2348
 
ZIP Code
99201-2348
 
Solicitation Number
AG-0546-S-09-1011
 
Point of Contact
Ronald L. Joyner, Phone: 509-323-2926, Amy J Smith, Phone: 509-323-2925
 
E-Mail Address
ronald.joyner@wa.usda.gov, amy.smith2@wa.usda.gov
(ronald.joyner@wa.usda.gov, amy.smith2@wa.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ-SF1449 with provision and clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. AG-0546-S-09-1011 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The clauses and provisions referenced in this solicitation can be found in full text format at http://www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar04.pdf This acquisition is set aside for Small Business. The North American Industry Classification System (NAICS) code is 333120: The small business size standard of 750 employees. USDA-NATURAL RESOURCES CONSERVATION SERVICE (USDA-NRCS) has a requirement for one (1) each BACKHOE, BRADCO 511 or equal to include aGX620 20hp gasoline engine; hydraulic thumb attachment mounted on a 9’X 96” extra heavy duty custom truck bed; and installed on a government owned 1 ton Ford, F-350 Super Duty Diesel Chassis (provided by USDA-NRCS). The contractor shall be responsible for the transport of the government vehicle to and from the backhoe installation sites exceed a 150 miles radius of Spokane, Washington. This is a “Brand Name” or equal request for quotations: The following AGAR provision and clause is incorporated in full text. AGAR 452.211-70 BRAND NAME OR EQUAL (NOV 1996) (As used in this provision, the term “brand name" includes identification of products by make and model). (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be inserted in the space provided in the solicitation. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to (i) determine whether the product offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (c)(2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. (End of Provision) AGAR 452.211-71 EQUAL PRODUCTS OFFERED (NOV 1996) (a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: 1.Brand Name or Equal Product identified by the Government in this solicitation; 2.Offered Product Name and Description and salient characteristic of alternate items to substantiate the “or equal status 3.Manufacturer's Name 4.Manufacturer's Address (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation (End of Clause). The Government shall award one contract to include all components and installation. The backhoe is to be delivered installed to 316 W. Boone Avenue, Suite 450, Spokane, Washington 99201-2348. Delivery is required within 60 days of notice of award. Any cost associated with transporting the government vehicle to the installation site must be included in price quoted. The provision at 52.212-1, Instruction to Offerors—Commercial, applies to this acquisition (there are no addenda to this provision). Provision 52.212.2 Evaluation-Commercial Items, is applicable to this acquisition; the government will award one Firm Fixed Priced (FFP) 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 in descending order of importance shall be used to evaluate offers; (1) technical capability of the items offer to meet the Government requirement and (2) delivery schedule; (3) Small Business participation; The combination of factors are approximately equal in importance to price. Offerors must include a completed copy of the provision at 52.212.3, Offeror Representations and Certifications-Commercial Items, found at http://www.arnet.gov/far with this offer. Clause 52.212.4, Contract Terms, and Conditions---Commercial Items with addenda AGAR 452.247-71, Marking Deliverables; and NRCS 4I-52-232-70, Designation of Payment Office Contact Point; applies to this acquisition. Clause 52.212.5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders—Commercial Items, applies to this acquisition (there are no addenda to this clause) QUOTES ARE DUE SEPTEMBER 22, 2009, 3:00 P.M (PSDT). Quotes must be addressed to Ronald Joyner, Contracting Officer, USDA-NRCS, 316 W. Boone Avenue, Suite 450, Spokane, Washington 99201-2348. Facsimile quotes may be sent to (509) 323-2909. All quotes must be in writing, dated and signed by an authorized representative of the firm providing the quote. Quotations shall include the RFQ number, i.e. AG-0546-S-09-1011, the proposed price, any prompt payment discount, company name, company address, company phone and Fax number, Tax Identification Number, DUNS number, Company Size Status (i.e. number of employees) and a Point of Contact. Contractor must be registered on the Federal Government’s Central Contractor Registration website (www.ccr.gov) prior to contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/WASO/AG-0546-S-09-1011/listing.html)
 
Place of Performance
Address: Spokane, Washington, 992012348, United States
Zip Code: 12348
 
Record
SN01952979-W 20090916/090914235835-240b4d923355ca731894ce288dc7915c (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.