SOLICITATION NOTICE
38 -- 2005 Caterpillar 980H Wheel Loader with Snow Blower, Kodiak Northwest Model LMSC44/48
- Notice Date
- 3/8/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-05-R-0010
- Response Due
- 3/24/2005
- Archive Date
- 5/23/2005
- Small Business Set-Aside
- N/A
- Description
- This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, a s supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. This requirement is being issued under t he Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27 dated 22 December 2004 and Defense Federal Acquisition Regulation (DFAR) Supplement, 1998 edition, c urrent to DCN 20050207. This acquisition is unrestricted. The North American Industry Classification System (NAICS) is 333120 with a size standard of 750 employees. All prospective offerors must be actively registered in the Central Contractor Registration . Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: 2005 Caterpillar 980H Wheel Loader with Snow Blower, Kodia k Northwest Model LMSC44/48. The Performance Specifications for the wheel loader and snow blower along with the CSS are located at the U.S. Army Contracting Agency Yuma web site www.yuma.army.mil/contracting/rfp.html. If you provide a quotation for other t han the Brand Names specified for the wheel loader and snow blower you must provide technical information about the products you propose so that a technical determination can be made in the review process. Failure to provide the evidence of any equivalent products may result in your proposal being excluded from consideration for award. The contract award will be firm fixed price. The successful offeror will be responsible for making all transportation arrangements and providing transportation of the wheel l oader and snow blower to the U. S. Army, Ft. Greely, Alaska. Vendors shall include all transportation costs in their proposals. All proposals shall be clearly marked with Request for Proposal number W9124R-05-R-0010 and emailed to Michael.McDaniel@yuma.arm y.mil or sent by facsimile to 928-328-6849 no later than 24 March 2005, Noon Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil no later than 15 March 2005, Noon MST. Arizona vendors are to include the Arizona Transaction Privilege Tax. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitatio n may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jan 2005). Note: In order to complete the Repre sentations and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referenced clause, copy and paste it to a Word Document and complete FAR provision 52.212-3 Offe ror Representations and Certifications Commercial Items (Jan 2005) with Alternate I (Apr 2002) and DFAR 252.212-7000 Offeror Representations and Certification Commercial Items (Nov 1995). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). FAR 52.215-5 Facsimile Proposals (Oct 1997). FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.211-16 Brand Name or Equal (Aug 1999). DFAR 252.225-7002 Qualifyin g Country Sources as Subcontractors (Apr 2003). DFAR 252.225-7020 Trade Agreements Certificate (Jan 2005). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical proposals will be reviewed for compliance wit h the Performance Specifications. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Price will then be evaluated for offerors whose technical proposal and past performance that have been deter mined acceptable. Proposals with unreasonable prices will not be considered for technical and past performance evaluations. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, a s non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided same or similar items. Past performance informati on shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commerci al Items (Jan 2005) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995), 52.219-4 Notice of Pric e Evaluation Preference for HUBZone Small Business Concerns (Oct 2004), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantage Business Concerns (Jun 2003), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans o f the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) , 52.222-39 notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212 -7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004) applies to this acquisition, and specifically FAR 52.203-3 Gratuities (Apr 1984), 252.225-7012 Preferen ce for Certain Domestic Commodities (Jun 2004), 252.225-7021 Trade Agreements (Jan 2005), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004), 252.232-7003 Electronic S ubmission of Payment Requests (Jan 2004), 252.247-7023 Transportation of Supplies by Sea (May 2002), and 252.247-7024 Notification of Transportation of Supplies by Sea. If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendm ents.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00764731-W 20050310/050308212410 (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 |