Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

24 -- Purchase a new Bobcat S130 Skid-Steer Loader to be used to remove snow.

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
155 ARW/MSC, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W91243-11-T-0251
 
Response Due
9/6/2011
 
Archive Date
11/5/2011
 
Point of Contact
Jarod Epp, 402-309-7544
 
E-Mail Address
155 ARW/MSC
(jarod.epp@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W91243-11-T-0251 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. The NAICS code is 333120 and the small business size standard is $12.5 Million. The following commercial item is requested in this solicitation; 0001 -Bobcat S130 Skid-Steer Loader General Specifications: 49 HP Interim Tier IV Diesel Engine Auxiliary Hydraulics: Variable Flow Backup Alarm Interlock Control System Lift Arm Support Lift Path - Radius Cab Enclosure with Heat Suspension Seat Adjustable Seat Dome Light Electrical Power Port Interior Cab Foam Top and Rear Windows Parking Brake Seat Bar Seat Belt Roll Over Protective Structure - meets SAE-J1043 and ISO 3471 Falling Object Protective Structure - meets SAE-J1043 and ISO 3499 Level 1 Spark Arrest Muffler Cab Accessory Harness Control Specifications: Standard Controls Engine/Hydraulic Systems Shutdown Glow plugs - automatically activated Horn Instrument Specifications: Hour Meter Engine Temperature Gauge and Warning Light Fuel Gauge FOB: Destination for delivery to Lincoln NE 68524, 45 ADC. The following provisions and clauses apply to this acquisition. The provision at FAR 52.211-6, Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. DFARS 252.232-7003 Electronic Invoicing. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to TSgt Jarod Epp at: Fax 402-309-7549; e-mail jarod.epp@us.army.mil; or mail directly to 1234 Military Rd, Lincoln NE 68508. Quotes are required to be received no later than 10:00 AM CST, Tuesday September 6, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25-1/W91243-11-T-0251/listing.html)
 
Place of Performance
Address: 155 ARW/MSC 1234 Military Road, Lincoln NE
Zip Code: 68508-1092
 
Record
SN02554353-W 20110831/110830000243-330cc1d0afc54df5ffd9e270028fad8e (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.