Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOLICITATION NOTICE

23 -- UTV''s with Trade In - Combined Synopsis Solicitation

Notice Date
7/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R16PS01350
 
Archive Date
8/12/2016
 
Point of Contact
JoLyn Goss, Phone: (801) 524-3697
 
E-Mail Address
jgoss@usbr.gov
(jgoss@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
UTV 500 Combined Synopsis Solicitation COMBINED SYNOPSIS/SOLICITATION 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; offers are being requested and a written solicitation will not be issued. Solicitation number R16PS01350 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, dated 05/16/2016. This is a total small business set-aside under NAICS 336112 with an associated small business size standard of 1500 employees. CLIN 0010 Reclamation required two (2) Honda Pioneer 500 UTVs or equivalent with the following salient characteristics: -Equipment shall be manufactured by a company with experience in 4-wheel drive off road utility vehicles. -Engine: Minimum 4 stroke, 475 cc engine displacement, liquid cooled, electronic fuel injection, unleaded gasoline, or equivalent. -Drive Train: Electric-shift five-speed with reverse 4-wheel drive with selectable 2-wheel drive (all 4 wheels must drive in 4-wheel drive); high and low range forward, neutral, and reverse; or equivalent. Direct front and rear drive-shafts. -Minimum payload capacity of 450 lbs. -Suspension: Independent front and rear suspension; minimum ground clearance of 9.6 inches; or equivalent. -Width can be no more than 50 inches. -All weather enclosed cab (hard roof) capable of opening to vent; full side doors (fabric) with windows that open; rear window capable of opening; rollover protection meeting OSHA 1928.53 ROPS standards; or equivalent. -Brakes: 4 wheel hydraulic disc brakes, or equivalent. -Seating: 2 person with seat belts. -Wheels and tires: front tires size 24x8-12 6-ply radial; rear tires size 24x10-12 6-ply radial; or equivalent. -Fuel tank: 3.9 gallon minimum capacity. -Instrumentation: speedometer, odometer, tachometer, hour meter, fuel level. -Winch with mount: 2,500 lbs. minimum capacity, front-mounted. -Aluminum skid plate and A-arm protection. -Cargo tray or similar rear mounted storage. -Mirrors: rear view and side view mirrors. -Other accessories to be included: Accessory Sub Harness, Aluminum A-Arm Guards (Front), Aluminum A-Arm Guards (Rear), Auxiliary Lights/Light Bar Wire Harness, Pair of 4" Auxiliary lights with 3-watt LEDs, Fabric Rear Panel, Full Poly Windscreen (Hard Coat). Reclamation Required UTVs 2 each at $________ for a total of $______. Reclamation is providing the following two (2) trade-in ATVs which are required to be included in the quotation: (2 each) 2008 Honda Fourtrax Rancher 4x4 ES ATV - Model:TRX420FE8 Pictures are included in the attachments. 1.2008 Honda Fourtrax Rancher 4x4 ES ATV - Model:TRX420FE8 - Lic #:I01630M SN:1HFTE354384106271 2.2008 Honda Fourtrax Rancher 4x4 ES ATV - Model:TRX420FE8 - Lic #:I01631M SN:1HFTE354984106274 Trade-in Reclamation ATVs, each at $________ for a total of $________. Total Price: $__________ Total price includes all applicable fees and taxes. FOB: Destination, at 60 South Cactus, Cortez, CO 81321. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term "quote" where the term "offer" appears in the provision. By the provision at 52.212-2, Evaluation-Commercial Items, technical capability of equipment to meet the described government need, and price will be evaluated equally. The following addendum to 52.212-2 applies: WBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services. The provision at 52.212-3, Offeror Representations and Certifications must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. The following addenda to 52.212-4 apply: 52.223-18 Contractor Policy to Ban Text Messaging while Driving; ET 02-20 Authorized Workers Notice to Potential Bureau of Reclamation Contractors. The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside. The following clauses and provisions apply to this requirement and will be part of the final award document to the successful vendor: 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.204-18 - Commercial and Government Entity Code Maintenance (July 2015) 52.232-40 - Providing accelerated Payments to Small Business Subcontractors(December 2013) 52.252-6 - Authorized Deviations in Clauses (Apr 1984) 52.219-28 - Post Award Small Business Program Representation (Jul 2013) 52.222-3 - Convict Labor (June 2003) 52.222-2 - Prohibition of Segregated Facilities (Apr 2015) 52.222-26 - Equal Opportunity (Apr 2015) 52.222-50 - Combating Trafficking in Persons (Mar 2015) 52.225-1 Buy American-Supplies (May 2014) 52.225-13 - Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 1452.201-70 - Authorities and Delegations - (Sep 2011) DOI-AAAP-0028 - Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (Apr 2013) 52.203-99 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Mar 2015) 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-5 - Authorized Deviations in Provisions (Apr 1984) 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2015) 52.211-6 - Brand Name or Equal (Aug 1999) 1452.215-71 - Use and Disclosure of Proposal Information--Department of the Interior (Apr 1984) WBR 1452.222-80 - Notice of Applicability--Cooperation with Authorities and Remedies - Child Labor--Bureau of Reclamation (Jan 2004) 52.203-98 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2015-02) (Feb 2015) Written, signed offers on a company letterhead with contact information are due no later than 07/26/2016 by electronic mail to dlloyd@usbr.gov. For information regarding this Request for Quotation, please contact Donna Lloyd, Contract Specialist at 801-524-3809.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a52a3b2a41b55377aaa1f17d7c652322)
 
Place of Performance
Address: Cortez CO Field Office 81321, Cortez, Colorado, United States
 
Record
SN04180507-W 20160715/160713234324-a52a3b2a41b55377aaa1f17d7c652322 (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.