Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2004 FBO #1018
SOLICITATION NOTICE

23 -- 2 ea. 6 x 6 ATVs with winches

Notice Date
9/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ-04-T-0113
 
Response Due
9/14/2004
 
Archive Date
11/13/2004
 
Point of Contact
Tony Maes, (907) 353-7127
 
E-Mail Address
Email your questions to ACA, Fort Richardson
(tony.maes@wainwright.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; propo sals are being requested and a written solicitation will not be issued. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W912CZ-04-T-0113. (iii) This Combined Synopsis/Solicitation and the provisions and clauses incorpora ted are those in effect through Federal Acquisition Circular (FAC) 2001-15. (iv) This acquisition is a Small Business Set-aside, Size standards 500 Employees. The applicable NAICS is 423110. (v) The Contractor shall perform or provide the following items: CLIN 0001 2 ea. 6x6 ATVs with winch The following Specifications describe an All Terrain Vehicle that will be acquired by the purchaser. The specifications detail the design features, materials, construction, and performance requirements. This vehicle will meet the standards set forth to e nable the Fire Department to provide emergency care, Search and Rescue, & Wildland Firefighting access to remote areas of the Garrison. Engine Specifications Engine Type: 4-Stroke (gas) Displacement: 499 cc Cooling: Liquid Starting: Electric with recoil backup Drive Train Final Drive: Shaft/Chain Transmission: Reverse/Neutral/Low/High Drive System: Automatic PVT Suspension System Front Suspension: MacPherson strut with 6.7/17in/cm/trav. Rear Suspension: Progressive-rate center swing arm (6.5/16.5) Arm with Scissor Stabilizer w. 7.5/19in/cm travel Brake System Front/Rear Brakes: Single-lever hydraulic disc w. hydraulic auxiliary brake Tires Front: 25 x 8-12 Rear: 25 x 4-10 Capacities Fuel Capacity: 4.25/16.1 U.S. gallons Hitch Towing Capacity: 1500 lbs. Ground Clearance: 5.5 Inches Instrumentation/Features Gauge Type: Digital Should be standard: Speedometer/Odometer Trip Meter Hour Meter High-Beam Indicator Gear Indicator DC Outlet Warning lights- High Temp/Low Battery Color Red Accessories to be installed on machine -3,000 lbs winch mounted on the front of the ATV with 6-gauge wiring and express wiring system contactor and mini rocker switch, 4-sided roller and hand held remote control switch. -60 commercial plow blade mounted on a universal plow frame. -Front steel tube Brush Guard and Bumper -Receiver hitch that accepts a 1 ? Draw Bar CLIN 0002 Shipping to Directorate of Public Works, Depot of Public Works Supply, Bldg 601, ATTN: Bill Pugh, Fort Greely, AK 99737. The provision at 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition, along with the following addenda. (ix) Offers will be evaluated using the following evaluation factors, technically acceptable, price and delivery time. The co ntract will be awarded to the offeror that provides the best value to the government. (x) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items (Alt I) (xi) The clause at 52.212 -4, Contract terms and Conditions Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. 252.204-7004. Req uired Central Contractor Registration (Nov 2001), 252.212-7001, Contract Terms and Conditions. Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002), The following additional clause(s) cited in this clause are also applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 Qualifying Country sources as Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Te rms and Conditions Required to Implement Statutes or Executive Orders , Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). 52.225-3 Buy American Act-north Free Trade Agreement Supplies, 252.247-7023, Transportation by Sea and Air (xiii) The full text of clauses and provisions can be accesse d at the following web address: http://arnet.army.mil/FAR. All offers are due no later than 12:00 noon, Alaska Time, 07 September 04. (xvii) For further information contact Tony Maes via facsimile (907) 353-7302, or email: tony.maes@wainwright.army.mil.
 
Place of Performance
Address: ACA, Fort Wainwright Regional Contracting Office, Alaska, ATTN: SFCA-PRA-AC, PO Box 3510, BLDG 3030 Fort Wainwright AK
Zip Code: 99703-0510
Country: US
 
Record
SN00666998-W 20040909/040907213030 (fbodaily.com)
 
Source
FedBizOpps.gov 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.