SOLICITATION NOTICE
38 -- Volvo Excavator Attachments (Partial Brand Name Requirment)
- Notice Date
- 5/31/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- 119 FW, 1400 28 Avenue North, Fargo, ND 58102-1051
- ZIP Code
- 58102-1051
- Solicitation Number
- F7B3CE7150A001
- Response Due
- 6/7/2007
- Archive Date
- 8/6/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The purchase request number is F7BVE7150A001 and this solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16, dated 22 MARCH 2007. This solicitation and proposed contract are 100% set-aside for small business concerns; and advertised under Standard Industrial Code (SIC) 3531 and North American Industry Classification System Code (NAICS) 333120. The size standard is 750 employees. GSA Schedule holders for these items are encouraged to provide an RFQ with their GSA contract number. All responsible sources may submit an RFQ which shall be considered for award by the agency. Anticipated award date for this requirement is approximately 11 JUN 07. Hardcopies of this combined synopsis solicitation shall not be issued for any reason. This RFQ shall consist of five (5) contract line item numbers (CLINS) for the purchase of attachments/accessories for Volvo Excavators, Model Number EC210BLC. Four (4) excavators are year 2005 models and one (1) is a year 2007 model. The 2007 model already contains the Volvo S1 Quick Coupler Attachment with piping as standard equipment. Market research indicates that the items requested below are available commercially and may be bid OR EQUAL with the exception of the Volvo Quick Coupler with Piping, Part N umber S1, to include the coupler ends requested on the attachments; which shall be BRAND NAMED product requests; substitutions shall not be considered for award. Any substitution or equal product offered shall have the specifications attached to the offero rs returned RFQ to be considered for award. The contractor shall provide all personnel, tools, materials, vehicles, transportation, shipping costs, labor, supervision, equipment, service, and other items related to or incidental to this request. The bidde r (contractor) shall provide Firm Fixed Pricing (FFP), to include all shipping as FOB Destination to Fargo, ND 58102-1051 for the following items: CLIN 0001: Five (5) each Excavator Impact Hammers (with Volvo S1 Coupler end) to include complete unit includes cross-cut chisels and hoses, Mfr. Allied, Part #: AR110B (Or Equal), CLIN 0001 Unit Price $___________________, CLIN 0001 Total Price $_________ ________. CLIN 0002: Five (5) each Excavator Compactor/Driver (with Volvo S1 Coupler end), Mfr. Allied, Part #: 2300 Flat Top (Or Equal), CLIN 0002 Unit Price $___________________, CLIN 0002 Total Price $_________________. CLIN 0003: Five (5) each Excavator HD Bucket (with Volvo S1 Coupler end), Mfr. Central Fabricators (Woods Equipment Company), Part #: Heavy Duty 1.5BH (Or Equal), CLIN 0003 Unit Price $_________________, CLIN 0003 Total Price $_________________. CLIN 0004: Four (4) each Excavator Quick Coupler with Piping, Mfr. Volvo, Part #: S1 (NO SUBSTITUTIONS), CLIN 0004 Unit Price $___________________, CLIN 0004 Total Price $_________________. CLIN 0005: Five (5) each Hydraulic Thumb, Mfr. Mfr. Central Fabricators (Woods Equipment Company), Part #: Unknown (Or Equal) (Hydraulic Thumb shall match to work with the 5 each requested HD Buckets above), CLIN 0005 Unit Price $___________________, CLIN 0005 Total Price $_________________. The contractor shall specify the proposed delivery date here: ______________________. 30-days ARO is desired but not required. Contractor shall specify the length of warranty in days, month and/or years here: ___________________. The contractors shall pro vide the total FOB Origin shipping price for this requirement here: $___________________ (If Applicable). FOB DESTINATION shipping point to Fargo, ND 58102-1051 is the desired method. Payment Terms: ______% ______ days, Net _______ days Bidders Dun & Bradstreet Number: _______________ Bidders CAGE Code (If Known): _________________ Bidders Federal Tax ID Number: __________________ Bidders Point of Contact (POC) Name: __________________________, Title: ________________________, Telephone Number: _________________________, Fax Number: _____________________________, E-mail Address: _______________________________ The government intends to make a single award to the lowest priced, technically acceptable offeror, but reserves the right to make multiple awards if it is in the Governments interest. The following provisions are applicable FAR Part 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 52.212-2, Evaluation -- Commercial Items, shall be used. The Government will award a contract resulting from this RFQ solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Include a completed copy of 52.212-3 Alt 1, Offeror Representations and Certificat ions -- Commercial Items with your proposal. 52.212-4 or bidders may log onto the this website https://orca.bpn.gov/login.aspx and register their representations and certifications. Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, DFAR Part 252.232-7003, Electronic Submission of Payment Requests. All contractor personnel requiring access to Hector Field, ANG Base to perform services on this proposed contract shall under go a background investigation check through the National Crime Information Center (NCIC). The NCIC check shall be performed by the 119th WG Security Forces at the time of award. The successful bidder shall ensure all personnel performing on this proposed contract at the 119 WG facilities, shall bring a current/valid photo identification that contains the individuals Date of Birth, Drivers License Number and/or Social Security Number. At the time of award, all contractor person nel shall be issued photo ID work badges and vehicle passes that shall be valid for the bidders proposed period of performance dates above. At time of award & performance, all the contractors owned, leased or rented vehicles utilized on this proposed con tract shall have valid/current registrations, proof of insurance, and license plate tabs. The information stated above shall be required to issue vehicle passes and gain access to Hector Field, (NDANG Base). Quotes are due 7 JUN 2007 by 1300hrs CST at Hect or Field, Fargo, ND via fax 701-451-2334 and/or email at brit.stevens@ndfarg.ang.af.mil. For more information regarding this RFQ contact SMSGT Brit D. Stevens via e-mail.
- Place of Performance
- Address: 119 WG 1400 28 Avenue North, Fargo ND
- Zip Code: 58102-1051
- Country: US
- Zip Code: 58102-1051
- Record
- SN01306564-W 20070602/070531221141 (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 |