Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
MODIFICATION

24 -- Mowing Equipment

Notice Date
5/1/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
14136 Burke Road, Fort A.P. Hill, VA 22427
 
ZIP Code
22427
 
Solicitation Number
0010165510
 
Response Due
5/1/2012
 
Archive Date
10/28/2012
 
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
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 0010165510 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 FAC 2005-58. 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 2012-05-01 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort A.P. Hill, VA 22427 The MICC ICO AP Hill requires the following items, Meet or Exceed, to the following: LI 001, Commercial Fron Mower - 4-wheel drive (full time or on-demand) - 23X10.50-12 4 PR turf drive tires - Deluxe Suspension seat with armrests - quick attache weight, 42 lbs - Rear weight mounting kit ENGINE - horsepower: 29.5 net; 30.9 gross - Engine RPM: 3000 - cylinders: 3 Displacement: 81.2 cubic inches - Maximum torque: 63.6 foot-pounds at 1,500 RPM - Direct injection - Diesel fuel - Fuel capacity: 16 U.S. gallons - Liquid cooling, capacity: 7.5 U.S. quarts - air cleaner: dual element dry type with - Air restriction indicator - automotive type charginig system, 55 AMP alternator - 12 volt battery POWER TRAIN - Type: hydrostatic - Speed and direction control: 2-pedal foot - Single speed transmission - Forward speed: 0-12 MPH - Reverse speed: 0-5 MPH - PTO drive output: 2,100 RPM - HYDRAULICS/STEERING/BRAKES - Hydraulics type: open center - Hydraulic pump capacity: 5.1 U.S. gallons per minute - Hydraulic lift cylinders: 2 - Steering type: hydraulic cylinder - Steering turns, lock to lock: 2.5 maximum, 1.5 minutes - Brake type: internal wet disk - Individual turn brakes - DIMENSIONS - Wheelbase: 49.2 inches - Ground clearance: 6.5 inches - Length: 86.7 inches (less mower deck) - Overall width: 51.7 inches - ROPS: standard (folding) - ROPS certification: OSHA 1928 - Overall height with ROPS 82 inches - Overall height with ROPS folded: 60.3 inches- Operating manual and parts list and to include delivery., 2, EA; LI 002, Commercial Side Discharge Mower deck - Construction: one-piece stamped steel; deck thickness: 7 gauge; cutting width: 72 inches; cutting height: 1-6 inches; blade tip speed: 18,000 feet per minute; caster wheel type: pneumatic; front and rear anti-scalp rollers (gauge wheels) - operating manual and parts list and to include delivery, 2, EA; LI 003, Flex-Wing rotary cutter, 540 RPM Stump Jumpers, signle suction blades. Dual wing wheel spindles, hubs and 26" x 9" x 14.5" 24 ply "Fat Boy" severe dut ag tires. - Front safety shield-chain - Rear safety shield-chain - Cutting width: 180 inches - Cutting height: 1-16 inches - Cutting diameter capacity: 4 inches - cutting chamber depth: 10.5 inches TRACTOR COMPATIBILITY: tractor PTO HP range: 55+; tractor PTO: 540 or 1,000; static vertical drawbar load rating: 2,115 pounds. - HITCH - pull-type with ball-type self-leveling hitch clevis for easy hookup (10,000 pound safety tow chain); hitch width: 22.5 inches for tight turns; jack stand: hydraulically operated and stays vertical while raising/lowering. DIMENSIONS: transport width: 110 inches at wing wheels; overall width: 183 inches; overall length: 194 inches; easy clean dome-shaped top deck; double decker deck type; upper deck thickness: 10 gauge; lower deck thickness: 7 gauge; hinges: intermittent cast steel segments-greaseable with single one inch diameter full length hinge pin. DRIVELINE: main size: CV ASAE category 5, splined telescoping profiles; connecting: ASAE catagory 5, splined telescoping profiles. GEARCASES: number: 4; HP rating for transfer: 250 HP continuous with 300 HP peak; HP rating for center and outer: 120 HP continuous with 160 HP peak. BLADES: thickness:.5 inches; width: 4 inches; overlap: 6 inches; material flow system: smooth and obstruction free cutting chamber; blade holder type: round stump jumper and standard deck rings. HYDRAULICS: standard wing lift to include spring assist unfolding; degrees of wing flex: 90 up and 22 down.SUSPENSION: air cushion with shock absorbers on all wheels; row width adjustment; wing leveling adjustment: easy adjust turnbuckle with bearing - Five year warranty on gearboxes - operating manual and parts list and to include delivery, 1, EA; LI 004, Cab Tractor - 4.5 liter engine, 105 HP, 85PTO HP, PTO standard: Independent 540/1000, PTO actuation: electrohydraulic; final drive type: inboard planetary; 94.5 inch wheelbase. MFWD front axel with limited slip differential. Rear independent 540/1000 RPM PTO. Flanged axel, 8 position steel wheels. TRANSMISSION: 16 forward and 16 reverse speeds with left hand power reverser; one-lever design that features electronic powershift buttons on top of the range lever; on-the-go shifting. TIRES - 1- 18.4R34 inches, 144A8, r1W, Radial (460/85R24 inches, 147A8 R1W Radial) 2 - 14,9R24 inches, 126A8, R1W, Radial (380/85R24 inches, 131A8R1W Radial) - Vertical exhaust with under hood muffler - Air suspension seat with 3 inch seat cushion and adjustable backrest - Two each telescopic rear view mirrors with manual adjustment - Cup holder - Second selective control valve (3 detents) with standard couplers - third selective control valve (2 detents ) with standard couplers - Front weight support, 155 pounds with the capability to hold p to 14 front weights - Front suitcase weight, 104 pounds - Constand flow load sensing hydraulics; maximum operating pressure: 2,900 PSI - operating manual and parts list and to include delivery *****Delivery can be up 160 days., 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, MICC ICO AP Hill 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. MICC ICO AP Hill 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f4eb04f74f1650ad6fd5c15c6a9396cb)
 
Place of Performance
Address: Fort A.P. Hill, VA 22427
Zip Code: 22427-3116
 
Record
SN02735881-W 20120503/120501235919-f4eb04f74f1650ad6fd5c15c6a9396cb (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.