Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

37 -- Grounds Equipment

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
419 B Street, Fort Gordon, GA 30905
 
ZIP Code
30905
 
Solicitation Number
W33BL0231EQP09
 
Response Due
9/15/2011
 
Archive Date
3/13/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W33BL0231EQP09 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 333112 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-15 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort, GA 30905 The U.S. Army ACC MICC Fort Gordon requires the following items, Brand Name or Equal, to the following: LI 001, 275H-Gravely Pro-Master 200 Model 272H. 31 HP Min. with 72" cutting width. Full suspension seat w/hydro deck lift stattion, lockable, pivoting front axle, capable of adjustable ant-scalp rollers and hardend steel plates. 13.4 Gallon nominal fuel capacity., 2, EA; LI 002, Gravely Pro-Master 200 60" Model 260H-31 HP min with 60" cutting width. Full suspension seat with/hydro deck lift station. Lockable, pivoting front axle, capable of adjustable anti-scalp rollers and hardend steel plates. 13.4 nominal fuel capacity., 2, EA; LI 003, Gravely 48" Walk Behind Gear Drive Motor. 16 HP with 48" cutting width. 7 gauge min. Fabricated/welded deck with 1/4" reinforced leading edge w/maintenance free spindles. Aluminum housing. Mowers shall be provided w/ gear drive speed shift and electric PTO., 1, EA; LI 004, Gravely 36" Walk Behind Gear Motor Drive Motor Model 38GR- 16 HP with 36" cutting width. 7 gauge min. Fabricated/welded deck with 1/4" reinforced leading edge w/maintenance free spindles. Aluminum housing. Mowers shall be provided w/ gear drive speed shift and electric PTO., 1, EA; LI 005, Gravely 72" Tow Behind Rotary Mower Model FP-172RD- Shall have integrated cutting system featuring 3 enclosed 48", 7 gauge wleded rotary decks. Provided with spindle placed W 20 Degrees of float to prevent scalping. 11' cutting width with hydraulic lift capable of folding for easy trasnport. 2 anti-scalp rollers per deck and pneumatic tires and adjustable cutting height to max of 3.5", 1, EA; LI 006, Stihl Weed Eater Model FS90 R Trimmer. Weed Eater with gas powered low-emission engine. Solid drive shaft to accommodate metal blades with approved deflectors and handle configurations. Tap action, two line feed and loop handle., 3, EA; LI 007, Stihl Edger Model FC90. Gas powered, low-emission engine. Have curved heavy-duty shaft. Heavy-duty replaceable skid plate to protect gearbox. Adjustable depth wheel to vary depth of cut. 8" size., 1, EA; LI 008, Stihl model BR380D Backpack blower. Low-emission engine with a throttle control. On/off switch and cruise control. Built in tool holder and top carry handle. Air Velocity of nominal 181 MPH., 1, EA; LI 009, Stihl Wood Boss chain saw MS 271. Chain saw with low-emission fuel efficient engine. Ergonomic design and anti-vibration system. 18" bar length. Side-access chain tensioner for easy chain adjustment and pre-separation air filtration system. Nominal 3.49 BHP., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Fort Gordon intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC Fort Gordon is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. "Wherever the words ""offer"", ""proposal"", ""offerors"", or similar terms are used in this solicitation, they shall be read to mean ""quote"", ""quotation"", ""quoter"", ""vendor"" or similar corresponding term to reflect that this solicitation is a request for Quotations, not a Request for Proposals or anInvitation for Bids." The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0962f893244dd3588f2e9ed6f8e9c6ee)
 
Place of Performance
Address: Fort, GA 30905
Zip Code: 30905
 
Record
SN02568493-W 20110910/110909001553-0962f893244dd3588f2e9ed6f8e9c6ee (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.