Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
SOLICITATION NOTICE

37 -- John Deere tractors for George Washington & Jefferson NFs in VA - JD Tractor RFQ Package

Notice Date
6/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Northern Acquisition Zone - Daniel Boone NF, 1700 Bypass Road, Winchester, Kentucky, 40391, United States
 
ZIP Code
40391
 
Solicitation Number
AG-3395-S-14-0017
 
Archive Date
7/9/2014
 
Point of Contact
Sherry D Helmick, Phone: 540-265-5112, Rene VanDenHeuvel, Phone: 540-265-2191
 
E-Mail Address
shelmick@fs.fed.us, rvandenheuvel@fs.fed.us
(shelmick@fs.fed.us, rvandenheuvel@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Signed Justification Specifications-Quote Sheet, Complete this document and return to submit your quote. Synopsis Combined Synopsis/Solicitation Solicitation Number: AG-3395-S-14-0017 The Forest Service is seeking to purchase the following items below. This is a Brand Name purchase description. Description: Provide two (2) John Deere 5075 Tractors w/loaders per specifications attached. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-74. This procurement is full and open competition. The NAICS code is 333111 and the Small Business Size Standard is 500 employees. CONTRACTOR QUALIFICATIONS: Contractor must be registered in the System for Award Management (http://www.sam.gov) in order to receive award of a contract. Contractor will be required to register with and submit invoices through the Invoice Processing Platform (IPP) at http://www.ipp.gov The following FAR clauses and provisions apply to this solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) 52.212-2 Evaluation - Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of product to meet Government requirements. 2. Price Related factors: warranty, service/repair locations 3. Price: Governments evaluation will include total cost to the Government for delivery of new units. One will be delivered to 422 Forestry Road, Hot Springs VA 24445 and one will be delivered to 27 Ranger Lane, Natural Bridge Station VA 24579. Technical capability of products and price related factors, when combined, are equal to price in the evaluation process. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2014) (Offeror must complete this certification online at https://www.sam.gov or print this clause in full, complete the appropriate blocks, and submit with your offer) AGAR 452.209-70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION ALT 1 (DEVIATION 2012-01) (FEB 2012) (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2014) (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) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.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)"(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (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: Clauses listed in 52.212-5 that apply to this solicitation: _X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _X (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). _X (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _X (41) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). _X (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). AGAR 452.209-71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS ALT 1 (DEVIATION 2012-01) (FEB 2012) (a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434. SUBMIT QUOTATIONS: Use the attached Specifications-Quote Sheet to submit your response to this solicitation. Quotes must be received on or before June 24 @ 2:00 pm Eastern. You can submit your quote using any of the following methods: Email to: shelmick@fs.fed.us Fax to: 540-265-5109 Mail to: USDA, Forest Service Attn: Sherry Helmick 5162 Valleypointe Parkway Roanoke, VA 24019-3050 You may call 540-265-5112 to confirm receipt of your quote. Award will be made to the responsible quoter offering the lowest unit price, including delivery to specified locations. Delivery dates and time must be coordinated with Rene VanDenHeuvel at 540-265-5191.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/51a47235f9d5d224e3060ed4e26861ab)
 
Place of Performance
Address: Hot Springs, VA and Natural Bridge Station, VA, Hot Springs, Virginia, 24445, United States
Zip Code: 24445
 
Record
SN03390550-W 20140612/140610235407-51a47235f9d5d224e3060ed4e26861ab (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.