MODIFICATION
23 -- Shawnee National Forest Tracked Hauler**CANCELLED**
- Notice Date
- 9/22/2011
- Notice Type
- Modification/Amendment
- NAICS
- 441229
— All Other Motor Vehicle Dealers
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Ohio River Basin - Mark Twain NF, 401 Fairgrounds Road, Rolla, Missouri, 65401, United States
- ZIP Code
- 65401
- Solicitation Number
- AG-64R4-S-11-0024JS
- Archive Date
- 10/3/2011
- Point of Contact
- John Swizdor, Phone: 573.341.7407
- E-Mail Address
-
jvswizdor@fs.fed.us
(jvswizdor@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- ****This Solicitation has been cancelled.**** The subsequent award from this solicitation will require the awardee to be registered with Dun and Bradstreet and the Central Contractor Registry. Instructions and links to applicable websites can be found by going to www.ccr.gov. There is no cost or fee for registering with either of these sites. 1. The Mark Twain National Forest is soliciting quotes (RFQ) for the Shawnee National Forest, Harrisburg Illinois, for the supply and delivery FOB Destination, of a quantity of (1) new tracked mini-hauler vehicle. 2. This solicitation is issued under Request for Quotes (RFQ) number AG-64R4-S-11-0023JS. All proposals shall reference the RFQ number and shall be submitted to Mark Twain National Forest, 401 Fairgrounds Road, Rolla, Missouri 65401 or faxed to (573) 364-6844 or emailed to jvswizdor@fs.fed.us by 4:00 PM Central on September 14, 2011. The anticipated award date is September 20, 2011. 3. Note: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in [FAR] Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 4. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective July 5, 2011. 5. This acquisition is set-aside 100% for small businesses. The North American Industry Classification System (NAICS) code is 441229 and the size standard is $25.5 million. 6. Submit a detailed materials list with a unit price quote for each contract line item (CLIN) and total delivered price quote, exclusive of license and registration fees which do not apply to the federal government. 7. The unit price quote for each CLIN shall be inclusive of freight and handling, and, if applicable, sales tax. The federal government is exempt from sales tax in most states. 8. Quoters must submit quotes for all contract line items. CLIN 1.0, a quantity of (1) tracked mini-hauler. Must be 2 person configuration with restraints. The steering control may be either wheel or levers. Vehicle must have Roll Over Protection System (Meets SAE J1040 MAY94, ISO 3471:1994). Must have Falling Object Protection System. Overall Dimensions: Maximum operating weight 5500 lbs; Approximately 100-126 inches long by 55-66 inches wide by 60-75 inches tall; Minimum ground clearance 9 inches. Bed Requirements: Hydraulic rear dump; 52-60 inches wide by 52-72 inches long; 15-17 gallons per minute max operating pressure 3000 psi. Engine: Minimum 34 horsepower liquid cooled; Must have 2 forward speeds plus reverse; Fuel Tank between 10 and 30 gallons. Provide pricing for delivery to Vienna, Illinois 62995 and pricing for pickup at an authorized dealer location. 9. Desired delivery date for all items is on or before December 31, 2011. 10. Quotes must include vendor's TIN (Tax Identification Number). 11. Quotes must include a completed copy of [FAR] 52.212-3 Offeror Representations and Certifications, Commercial Items, paragraphs (c) through (m). If the Offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov., submit only paragraph (b) from the provisions and a DUNS number. 12. [FAR] 52.212-2 Evaluation, Commercial Items is applicable with the following factors used to evaluate quotes: Price, technical conformity to specifications, and ability to meet delivery date. The non-price factors are approximately equal to cost or price. 13. The following clauses are incorporated by reference and can be downloaded in their entirety at www.arnet.gov/far: [FAR] 52.212-1 Instructions to Offerors, Commercial Items, [FAR] 52.212-4 Contract Terms and Conditions, Commercial Items, [FAR] 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; [FAR] 52.203-6, Restrictions on Subcontractor Sales to the Government; [FAR] 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003): proof of contractor registration in CCR required before the Government can effect an award; [FAR] 52.219-8 Utilization of Small Business Concerns. 14. All responsible sources may submit a quotation which shall be considered by the Forest Service. The offer/quotation that is most advantageous to the Government, based on the factors contained in this solicitation, will be selected for award. 15.A single award is contemplated; however the government reserves the right to decrease or increase quantities in accordance with pricing and availability of funds. 16. For further information contact John Swizdor at 573-341-7407 or by email at jvswizdor@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7e057689eeed1f9c97ed1d7485f4a003)
- Place of Performance
- Address: Shawnee National Forest, Vienna, Illinois, 62995, United States
- Zip Code: 62995
- Record
- SN02589362-W 20110924/110923000900-7e057689eeed1f9c97ed1d7485f4a003 (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 |