Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

38 -- Trail Dozer

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Forest Service - R-10 Chugach National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0120-S-11-0052
 
Point of Contact
Bette E Welch, Phone: 9077439566, Denise M. Murphy, Phone: 907-743-9531
 
E-Mail Address
bewelch@fs.fed.us, denisemurphy@fs.fed.us
(bewelch@fs.fed.us, denisemurphy@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number AG-0120-S-11-0052 and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This is a small business set-aside with an associated NAICS code of 423810 and small business size standard of 100 people. The following are this solicitation's list of contract line item number(s) and items, quantities and units of measure: 001 Trail Dozer. 1 Each. Price shall include all shipping/handling charges to delivery address noted below. Description of requirements for the items to be acquired: Equipment will be used for building hiking trails in remote settings. It must be easily loaded on and off a train flat car. Equipment should not be so heavy or large that it cannot operate in mud, on steep angles, and on gravel or rough bedrock without making a large impact on the surroundings/trail corridor. Equipment must be easily maintained and serviced in the field. Dozer should include the following: 1) OSHA approved ROPS. 2) 48 inch max width for track and/or blade. 3) Blade should be directional 6 ways and have a float feature. 4) Engine should be at least Tier 3 EPA compliant diesel engine with 83 horse power. 5) Winch attachment is required. 6) Air compressor attachment is required. 7) The base unit should not be more than 10,000 lbs. 8) This trail dozer needs to be suitable for work on steep angles, tight quarters, in rain and mud, and be specifically suited to building low impact trails. 9) Blade angle range of 30 degrees. 10) Blade tilt range of 25 degrees. 11) Blade lift and drop range of 24 inches. 12) 3 shank ripper with adjustable height. Dozer is to be shipped to: Glacier Ranger District 145 Forest Station Road Girdwood AK 99587-0129 Delivery: 45 Days ARO Shipping terms are FOB Destination. The provision 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition and there are no addenda. The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: 1). Technical aspects or primary specifications as listed above. 2) Price 3) Warranty Coverage and Service Support. The Forest Service requires the new product to be free, under normal use and service, of any defects in manufacture or materials for the period of 12 months, or 500 operating hours. The technical proposal submitted by the offerer will recognize this piece of equipment will be operated and maintained in South Central Alaska ( outside the continental United States) and will address the local OEM contacts or subsidiaries as well as the method for providing prompt and thorough technical and mechanical support in the event service and repairs are required. This acknowledgement reflects support during the warranty period as well as long term service requirements. Technical aspects, Warranty Coverage and Service Support are moderately more important than price. All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items". The provision may be found and printed from www.arnet.gov/far/. FAR Clause "52.212-4, Contract Terms and Conditions - Commercial Items" applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR Clause "52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" (APR 2011)and the following clauses were selected as applicable to the acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009)(22U.S.C. 7104(g)). 0 Alternate I (Aug 2007) of 52.222-50 (22U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (3) 52-233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 1 (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 0 (ii)Alternate I (Oct 1995) of 52.219-6. 0 (iii) Alternate II (Mar 2004) of 52.219-6. 1 (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 1 (24) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 1 (37) (i)52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L.108-77, 108-78, 108-286, 108-32, 109-53, 109-169, 109-283, and 110-138). 0 (ii) Alternate I (Jan 2004) of 52.225-3. 0 (iii) Alternate II (Jan 2004) of 52.225-3. 1 (44) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: none selected. (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010)(Pub.L.110-252, Title VI Chapter 1 (41 U.S.C. 251 Note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 Million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40 (viii) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)). 0 Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007)(41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. The date, time and place offers are due is: Thursday, 8 September 2011, by 2 PM Alaska Standard time. Quotes may be submitted via email to: bewelch@fs.fed.us; via fax: 907-743-9492 or through US Post Office to: Chugach National Forest, 3301 C Street, Suite 300, Anchorage AK 99503. For further information or questions, contact: Bette Welch, 907-743-9566. Vendors must be registered in Central Contractors Registration (CCR) database to be eligible for award. To register your firm in the CCR, visit www.ccr.gov or by calling 888-227-2423 or 269-961-5757. Vendors must also register in the Online Representations and Certifications Application (ORCA) or visit www.bpn.gov. Interested parties are encouraged to register on the Federal Business Opportunities website www.fbo.gov to receive notification(s) on posted synopsis, vendors will be automatically notified of any changes to the project. To register, go to the FBO Buyer/User Guide, 3.3.9 Interested Vendor's List for step by step instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/120/AG-0120-S-11-0052/listing.html)
 
Place of Performance
Address: 145 Forest Station Road, Girdwood, Alaska, 99587-0129, United States
Zip Code: 99587-0129
 
Record
SN02555662-W 20110901/110831000144-d49499b77e4e5f3d7a46d24aa292da84 (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.