SOLICITATION NOTICE
38 -- PURCHASE ROAD SWEEPER FOR ELDORADO NATIONAL FOREST - RoadSweeper
- Notice Date
- 5/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423810
— Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250
- ZIP Code
- 95959-2250
- Solicitation Number
- AG-91U9-S-09-0008
- Archive Date
- 6/4/2009
- Point of Contact
- Carrol J Jagger,, Phone: 530-621-5232, Mike Heckendorn,, Phone: 530-621-5289
- E-Mail Address
-
cjagger@fs.fed.us, mheckendorn@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- Same information as the combined synopsis/solicitaion in MS Word format. The USDA Forest Service, IBET Province Fleet Management has a need to purchase 1 Road Sweeper for the Eldorado National Forest, Placerville, California. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This Solicitation identified as RFQ AG-91U9-S-09-0008 is a Request for Quotations. This announcement constitutes the only solicitation, quotes are being requested and no written solicitation will be issued. The NAICS code is 333120 Construction Machinery. This solicitation will be a small business set-aside. The size requirements for this NAIC is 100 employees or less. This solicitation is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. 1 EACH Self Propelled Road Sweeper $___________ AS PER THE SPECIFICATIONS BELOW: •Tier 3 or higher – 85 HP turbo charged engine •Block Heater •Safety Engine Shut Down System •Hydrostatic Transmission – with low gear 13 MPH, high gear 34 MPH with Neutral Switch for towing. •Certified Roll Over Canopy that complies with ISO3471 •Enclosed Environmental Cab with Pressurized Air Conditioning, heater/defroster and full instrument control panel (water temp, oil pressure, volt meter, tachometer, hour meter, fuel gauge, reverse alarm, rear view mirrors, broom controls, core angling, core height, electric core lock, engine throttle, parking brake, traffic horn, wiper blades, windshield wiper washer front & rear light group, ie, turn signals, warning lights, halogen head and tail lights, work light side and rear, tilt and telescoping steering wheel, hydraulic temp padded suspension seat with arm rest. •Power steering •Main Frame: Heavy structural steel with gussets at stress points – all welded 6” channel •Front and rear bumpers •Tow hitch with safety chains •Overall length – 172”- 190” long, 95” – 100” wide, 102” – 105” height •Brakes – four wheel hydraulic self adjusting on rear disc in front with separate parking break •Broom controls – single lever joystick control valve with adjustable down pressure and float position. •Operating pressure: 2,500 - 3,000 PSI •Heavy duty front axle with disc brakes. •Heavy duty rear axle with drum brakes. •Variable speed Brush with 8 feet Brush Core all steel welded construction with 96” sweeping width •Brush Drive – direct drive motor, 192 RPM under load •Heavy duty swing frame •Tires – LT225X75X16 Load Range E, plus spare with mount. •Amber strobe light •AM/FM Radio •7 ½ foot scraper blade •Turbo II extended pre cleaner •Maintenance and Repair facility within 100 miles of delivery location DELIVERY LOCATION: Delivery to the USDA Forest Service Placerville Work Center 2350 Carson Road Placerville, CA 95667 CONTACT: Mr. Mike Heckendorn, USDA Forest Service, IBET Province Fleet Manager at 530-621-5289 or mheckendorn@fs.fed.us DELIVERY TIME FRAME: Delivery 30 to 45 days after receipt of order. Call contact 24 to 48 hours in advance of delivery. SUBMISSION OF QUOTES: Offerors shall submit quotes to the office specified in this Solicitation on or before the exact time specified in the Solicitation. As a minimum, quotes shall show: (1) Solicitation No.; (2) name and address of offeror on company business letterhead or form, no later than close of business May 20, 2009. (3) Address quote to Attn: Carrol Jagger, Contracting Officer, USDA Forest Service, 100 Forni Road, Placerville, CA 95667 or Fax Quotes to: (530) 621.5258; (4) price per end dump trailer including any delivery charges to local dealer; (5) specification pages; internet sites, and/or brochures that show the equipment meets specifications; (6) delivery time upon receipt of order, (7) remit to address, if different than mailing address; (8) DUN AND BRADSTREET NUMBER to verify Central Contractor Registration http://www.ccr.gov ; (9) Tax Identification Number; (10) completed ORCA registration, http://www.bpn.gov OR completed copy of the Representations and Certifications at FAR 52.212-3; and (11) acknowledgement of any Solicitation amendments. PLEASE NOTE: Multiple quotes of different machines from the same vendor are acceptable EVALUATION: Quotes shall be evaluated (1) Does the equipment meet or exceed the specifications. It is the contractor’s responsibility to provide enough information for the government to make a determination as to whether it meets/exceeds specification. The information can be internet sites, specification sheets, and/or brochures; (2) Qualified maintenance and repair facility (in addition, capable of handling warranty issues) available within 100 miles of delivery location; and (3) price. PROVISIONS AND CLAUSES: (a) The contractor shall comply with the following FAR clauses (current revision) which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: (full text of all provisions and clauses to be found at: http://acquisition.gov/comp/far/loadmainre.html ) 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim (b) The contractor shall complete with FAR clauses (current revision) 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 the acquisition of commercial items: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors--Commercial Items 52-212-2 Evaluations – Commercial Items 52.212-3 Offeror Representations and Certifications--Commercial Items (ORCA REGISTRATION IS REQUIRED OR THIS CERTIFICATION MUST BE SUBMITTED WITH QUOTE) 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payments by Electronic Funds Transfer--Central Contractor Registration
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-91U9-S-09-0008/listing.html)
- Place of Performance
- Address: USDA Forest Service, Placerville Work Center, 2350 Carson Road, Placerville, California, 95667, United States
- Zip Code: 95667
- Zip Code: 95667
- Record
- SN01817391-W 20090516/090514220431-0f0050b40ac8ef93cfc9fb7d23da41b0 (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 |