Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

38 -- RECOVERY- FFS Project No. C600/TAS-14-1126 / Bromass Utilization-HFR and Fuel Break Creation- Purchase of a Multi Terrain Tracked Skid Steer Loader & Attachments

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
30181RQ532
 
Response Due
9/16/2010
 
Archive Date
9/9/2011
 
Point of Contact
Jeanne Mohlis Contract Specialist 6127135215 jeanne_mohlis@fws.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
RECOVERY-The U.S. Fish and Wildlife Service requests proposals for Multi Terrain Tracked Skid Steer Loaders and Attachments. (i) 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 (ii) The solicitation number is 30181RQ532 and is issued as a request for quotation (RFQ) per FAR Part 13. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This solicitation of offers is issued for Small Business. The NAICS code is 33120 Construction,-type tractors and attachments manufacturing. The size standard for Small Business is a maximum of 750 employees. (v) Pricing must be provided for Line Items as follows:0001 Compact Track Loader/Oty: 1 ea/ $______________0002 Forestry Cutter-60" (ARRA FUNDED) /Qty: 1 ea/ $________________0003 Backhoe/ Qty: 1 ea/ $______________0004 Combination Bucket - 80"/ Qty: 1 ea/ $_______________0005 Root Grapple / Qty: 1 ea/ $______________0006 Forestry Cutter Attachments/ Qty: 1 ea/ $_______________ (vi) Description of Requirements: SPECIFICATIONS FOR MULTI TERRAIN TRACKED SKID STEER LOADERS: 90 net engine horse power minimum (diesel)Two speed power trainTravel speed controlHigh flow hydraulics (30-37 gallons per minute)Rated operating capacity at 50% tipping load 3200lbs minimumCab with heat and air conditioningForestry package to include polycarbonate front glass and Level 2 FOPS (compatible with Fecon type forestry cutter)Fully adjustable suspension seat (air suspension preferred)Fire extinguisher kitHydraulic operated attachment locks for work toolsSelectable joy stick pilot controls with attachment control functionsAuxiliary hydraulics to run attachments17" track width minimumSelf leveling bucket12 volt electric socketBackup alarmEngine coolant heaterSet of service manuals (English)Lockable fuel and hydraulic fill capsVandal protection package to include lockable cab door and engine compartmentRegular cab door in addition to the polycarbonate doorHydraulic oil suitable for cool weather operation ATTACHMENTS: 80inch (minimum) multi purpose (combination) bucket with bolt on cutting edgeA fixed carbide tooth brush cutter with a 60" cutting width, Hydraulic front gate and all hardware necessary to attach to the loader. (This would be similar to the Fecon Bull Hog Brush cutter)82" heavy duty root grappleBackhoe attachment to include mounting hardware and 24 inch bucket with teeth (must have minimum 166" reach and approx weight of 1980 LBS) DELIVER TO: U.S. Fish and Wildlife ServiceMN Valley National Wildlife Refuge15850 Carver Highlands Dr.Carver, MN 55315 Contact: Denise Gilsrud 612-854-5900 (vii) Delivery of equipment is to be 80 days from date of award. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and addenda to the provision includes all quotes to be in English and priced in U.S. dollars. (ix) The award for this acquisition will be based on lowest price. (x) Offerors shall complete and include one completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer or complete ORCA online at https://orca.bpn.gov (xi) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5 Alt II, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-15, 52.219-06, 52.222-03, 52.222-19, 52.222-21, 52.222-26, 52.225-01, 52.225-13, 52.232-33. (xiii) Additional terms and conditions applicable to this acquisition are as follows: FAR 52.204-7 and Region 3 Local Clause: 144804.01: In order to measure the effectiveness of our acquisition process to meet the intent of the American Recovery and Reinvestment Act, please provide the following for INFORMATIONAL PURPOSES ONLY: 1. The approximate number of employees to be offered or retained continued employment by the prime contractor as a result of this contract are: ___________ full time employees ______ part time employees 2. The approximate value of expenditures to the local economy as a result of this contract through purchase or subcontract opportunities is: $____________ 3. The following are examples of products or services that will be acquired through local sources (in the vicinity of the project site): _____________________________/_____________________________ _____________________________/______________________________ _____________________________/______________________________ _____________________________/______________________________ (xiv) N/A (xv) N/A (xvi) Quotes must be received by September 16, 2010 2:30 P.M. Central Daylight Time At the U.S. Fish and Wildlife Service, Region 3, Construction and Acquisition Division, Attn: Jeanne Mohlis, 1 Federal Drive, Fort Snelling MN 55111-4056 or email to jeanne_mohlis@fws.gov. (xvii) For information regarding the solicitation, please contact Jeanne Mohlis at 612/713-5215 or jeanne_mohlis@fws.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/30181RQ532/listing.html)
 
Place of Performance
Address: Minnesota Valley National Wildlife Refuge3815 American Boulevard EastBloomington, MN
Zip Code: 554251600
 
Record
SN02275634-W 20100911/100910000640-b821a14d02997f90310fb4ed6a0495e5 (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.