Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
MODIFICATION

38 -- SWIVEL CLAM SHELL BUCKET

Notice Date
7/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
BLM OR-ST OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L11PS00759
 
Response Due
7/18/2011
 
Archive Date
8/17/2011
 
Point of Contact
Richard P. Dandasan
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This Solicitation L11PS00759, is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-48. All responsible sources may submit a quote which will be considered. NAICS code is 333120; size standard 750 EMPLOYEES.The Bureau of Land Management has a requirement to procure a Swivel Clamshell Bucket to fit on a Caterpillar 320D Excavator. This will be a firm fixed-price contract for the Bureau of Land Management, 333 S.W. 1st Avenue, Portland, OR 97204 SUPPLY AND DELIVER: Swivel clamshell bucket to fit on a Caterpillar 320D Excavator, already fitted with a hydraulic pin (quick) coupler, and already plumbed for this attachment to the end of the boom.Specifications: 1. 360 degree rotation right or left.2. Approximately 3/4 cubic yard to 1 cubic yard capacity3. Full articulation-same forward and back motion as the excavator bucket4. 5 or 7 teeth configuration on bucket5. When bucket is fully open, the width should be at least 90 inches.6. Dual rotate motors. EVALUATION FACTORS FOR AWARD - Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government based on lowest price technically acceptable. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. QUOTATIONS SHALL INCLUDE: 1) Unit price per item and Total Amount., 2) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. (See below). 3) Quoters shall submit signed and dated quotes on letterhead stationery or SF-1449, identifying any payment discount terms. SHIPPING AND DELIVERY: Delivery shall be standard commercial practice and in a manner that will insure arrival at destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate F.O.B. to the Bureau of Land Management. Product shall not be delivered on Saturday, Sunday, or federal holidays. Delivery locations is at Bureau of Land Management, Roseburg District, 777 NW Garden Valley Blvd., Roseburg, OR 97471-6505. ESTIMATED DELIVERY: 60 days after award ACCEPTANCE: Final inspection and acceptance will be made by the Government at the place of delivery. 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far, http://www.doi.gov/pam/aindex.html.52.204-7 Central Contractor Registration, (APR 2008), 52.213-2 Invoices (applicable if advanced payment authorized) (APR 1984), 52.212-4 Terms and Conditions - Simplified Acquisitions, (MAR 2009)(Commercial Item), 52.222-3 Convict Labor (JUN 2003), 52-222-19 Child Labor- Cooperation with Authorities and Remedies (JUL 2010), 52.222 21 Prohibition of Segregated Facilities (FEB 1999),(Applicable if contract exceeds $10,000), 52.222-26Equal Opportunity (MAR 2007), 52.225-1 Buy American ActSupplies(FEB 2009), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33Payment Electronic Funds Transfer Central Contractors Registration (OCT 2003), 52.232-36 Payment by Third Party (FEB 2010), 52.247-37 F.O.B. Destination (NOV 1991), Solicitation Provisions: 52.212-1 Instructions to offerors commercial items (JUN 2008), 52.212-2 Evaluation Commercial Items (1999), 52.212-3 Offer Representation and Certifications Commercial Items (OCT 2010), The following clause is required in Section B if award is anticipated to occur after May 1, 2011. Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) (February 2011) Payment requests must be submitted electronically through the U.S. Department of the Treasurys Internet Payment Platform System (IPP). Payment request means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), Payment documentation and process and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: 1. Copy of Company Generated Invoice. 2. Additional Documentation [to be completed by CO if required]The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES/PROVISIONS Quotations shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by 3:30 p.m. local time on or before July 14, 2011. FAX quotes will be accepted at 503-808-6312 and e-mail quote will be accepted at BLM_OR_SO_952_Mail@blm.gov. For questions contact Richard Dandasan at 503-808-6220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L11PS00759/listing.html)
 
Record
SN02493670-W 20110710/110708235056-7f378104c8cfac5fb0dfc66cdafc4a76 (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.