Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOLICITATION NOTICE

23 -- UTILITY VEHICLE

Notice Date
7/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - MORU - NEKOTA MABO 24290 Doane Mt Rd Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q6288100007
 
Response Due
8/4/2010
 
Archive Date
7/27/2011
 
Point of Contact
Susanna C. Bennett Purchasing Agent 6055743150 sue_c_bennett@nps.gov;
 
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
The solicitation number for this Request for Quote (RFQ) is Q6288100007. 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; proposals are being requested and a written solicitation will not be issued. This acquisition is 100% set aside for small business. The associated NAICS code is 423110. The small business size standard is 500 employees. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price. All vendors must be registered and current in the Central Contractor Registration (CCR), (http://www.ccr.gov) and Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov). Unless amendments are issued extending the solicitation, the offers are due by 11:00 AM, Mountain Standard Time (MST), August 4, 2010. Point of Contact for this procurement is Sue C. Bennett, Purchasing Agent, (605) 574-3150. Any questions regarding this solicitation must be submitted in writing. Quotes will be accepted via mail, fax, or email. Mailing Address: NPS NEKOTA MABO, 24290 Doane Mountain Rd, Keystone, SD 57751 Fax: (605) 574-9077, Email address: sue_c_bennett@nps.gov Delivery: The method of delivery is FOB Destination. The offeror shall be capable of completing delivery no later than 30 days after receipt of order. UTILITY VEHICLE - QUANTITY OF ONE.Vehicle designed for on-road and off-road use. Vehicle must meet or exceed the minimum specification described below:Engine: Gasoline powered engine. Twin cylinder, 4-stroke, electric start, and a minimum engine displacement of 760 cc.Fuel System: Shall be equipped with an electronic fuel injection, minimum of a 9 gallon fuel tank utilizing 87 octane or 89 oxygenated unleaded fuel.Drive Train: Transmission shall be automatic, equipped with forward, neutral, and reverse. Rear suspension: dual a-arm, IRS 9 inch 22.9 cm) travel; Forward and reverse single shift with variable speed transmission. Brakes: Front and rear braking system shall be hydraulic disc with dual bore front calipers. Parking brake shall be hand activated.Tires/Rims: Rims shall be aluminum. Front tires shall be 26 x 9-12; pxt and rear tires shall be 26 x 11-12; pxt.Capacities: Payload capacity of at least 1,500 lbs. Towing capacity of at least 2,000 lbs. Bed-box dimensions: 42 inches x 58 inches x 10 inches.Instrumentation/Features: Gauges shall be digital, speedometer/odometer, tachometer, trip meter, hour meter, high beam indicator, gear indicator, fuel gauge, warning light indicators, brake light, taillight, electronic power steering, and a standard hitch.Suspension: Front and rear dual arm suspension with a minimum clearance of 12 inches.Dimensions: Wheel base of 76 inches. The following provisions and clauses apply to this solicitation:FAR 52.212-1 Instructions to Offerors - Commercial Items;FAR 52.212-3 Offeror Representations and Certifications - Commercial Items;FAR 52.212-4 Contract Terms and Conditions - Commercial Items;FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items;FAR 52.222-50 Combatting Trafficking in Persons;FAR 52.233-4 Applicable Law for Breach of Contract Claim;FAR 52.219-6 Notice of Total Small Business Set-Aside;FAR 52.219-28 Post Award Small Business Program Rerepresentation;FAR 52.222.3 Convict Labor;FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies;FAR 52.222-21 Prohibition of Segregated Facilities;FAR 52.222-26 Equal Opportunity;FAR 52.222-36 Affirmative Action for Workers with Disabilities;FAR 52.225-1 Buy American Act-Supplies;FAR 52.225-13 Restrictions on Certain Foreign Purchases;FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration;FAR 52.232-8, Discounts for Prompt Payment;For full-text version of these provisions, please use the following Internet link: https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q6288100007/listing.html)
 
Place of Performance
Address: Missouri National Recreation River508 East Second StreetYankton, South Dakota
Zip Code: 570780000
 
Record
SN02218708-W 20100729/100727235002-852a7f1a56105447b6a40c2fa35c87f7 (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.