Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOLICITATION NOTICE

38 -- Compact Track Loader purchase for George Washington & Jefferson NFs in VA - FAR clause 52.212-3 Representations and Certifications

Notice Date
2/24/2012
 
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-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3395-S-12-0006
 
Archive Date
3/27/2012
 
Point of Contact
Sherry D Helmick, Phone: 540-265-5112, Anna Bryant, Phone: 540-265-5115
 
E-Mail Address
shelmick@fs.fed.us, ambryant@fs.fed.us
(shelmick@fs.fed.us, ambryant@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis document Complete and return this with your quote if you are not registered in ORCA online. SYNOPSIS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ) # AG-3395-S-12-0006 for furnishing and delivering a compact track loader to Natural Bridge Station, VA, per the following specifications. DESCRIPTION OF REQUIREMENT/SPECIFICATIONS: Interested sources shall submit a lump sum price for the following: one (1) compact track loader per the specifications below. General- It is the purpose of the following specifications to describe a compact track loader. The unit shall be of the manufactures current production model, meeting or exceeding the terms of these specifications: REQUIRED • Net 90 Horsepower minimum • Backup alarm • Auxiliary hydraulics: variable flow • Horn • Lift arm support • Lift path: vertical • Roll Over Protective Structure (ROPS) OSHA approved • Falling Object Protective Structure (FOPS) OSHA approved • Cab enclosure with Heat and AC • High Flow Hydraulics - 35 gpm minimum • Sound reduction cab • Engine Block Heater • Two Speed Travel • Spark Arrestor Muffler • 17 inch + wide rubber tracks • 80" heavy duty/severe duty construction bucket • All steel undercarriage • Manufacturer must have servicing dealer within 75 mile radius of Natural Bridge Station, VA 24579 that can furnish parts and provide maintenance and repair service. The following items are optional. Please provide the following information about these optional items: • Indicate if they are available on the brand of equipment you are offering • If available, indicate if they are included in the standard package or if they are offered as "optional" with additional cost. • If additional cost, please include price of each item available. OPTIONAL ITEMS • Roller Suspension 2 Speed Carriage • Hydraulic Hoses Routed Through Lift Arms • Selectable Joystick Controls • Forestry Applications Cab Guards/Protection • Engine seal kit DELIVERY: Assembled unit shall be delivered to: USDA Forest Service, 27 Ranger Lane, Natural Bridge Station VA 24579. Desired delivery date is 100 days from contract award. EVALUATION INFORMATION: Quotes will be evaluated using the following factors: 1. Technical capability of product to meet Government requirements 2. Price 3. Past Performance Technical capability and past performance, when combined, are approximately equal to price in the award decision. Contractor shall provide information on these evaluation factors. The Government will evaluate the cost for the base machine with required items as well as the total cost including the optional items. The basis for award will be an integrated assessment based on tradeoffs between the optional items and cost. The critical factor in making a tradeoff is not the difference in cost but what the difference might mean in terms of performance and what it would cost the Government to take advantage of it. Evaluation of the optional items shall not obligate the Government to procure them. The Government reserves the right to make cost/technical tradeoffs that are in the best interest and advantageous to the Government. A fixed price contract will be awarded from this solicitation. GOVERNMENT-FURNISHED PROPERTY: NONE SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The applicable NAICS code is 423810 and the small business size standard is 100 employees. PROVISIONS AND CLAUSES: The following provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 effective February 2, 2012. They are applicable to this solicitation and are incorporated by reference. All FAR provisions and clauses may be viewed on the web at: https://www.acquisition.gov/far/ FAR 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012). The following addenda is provided to this provision: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (FEB 2012). Complete only paragraph (b) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (c) through (o) of this provision shall to be completed. This clause can be downloaded from the following website http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2012); the following FAR clauses are applicable as listed in 52.212-5. FAR 52.204-7 Central Contractor Registration (FEB 2012) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28 Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003)) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (JUN 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) QUOTATION SUBMISSION AND RESPONSE TIME: Quotes must contain the following information: • Pricing, broken down by basic machine (meeting or exceeding Required specifications) price and optional items as applicable • Conformance to required specifications. If the brand you are offering deviates in any way on any item from the "Required" specifications please state specifically what you are offering, (for example Net 90 HP required, if the brand you are offering has Net 92 HP, please state that). • Dunn & Bradstreet Number (DUNS #) • Federal Taxpayer Identification Number (TIN) • Representations and Certifications (FAR 52.212-3) This clause has been attached as a separate document for your use. If you are registered in Online Representations and Certifications Application (ORCA) please completed only paragraph (b) of the clause and return it. If you are not registered in ORCA you must complete the FAR 52.212-3 document and return it with your quote. • Warranty Information Quotes must be received by 3:00 pm EST on Monday March 12, 2012. You can submit your quote by regular or express mail, to: USDA, Forest Service, Attn: Sherry Helmick, 5162 Valleypointe Parkway, Roanoke, VA 24019-3050 or fax your quote to 540-265-5109. Offerors may submit product literature of the offered products such as brochures, warranty period information or any other information that addresses the above required or optional items/specifications. SPECIAL NOTE: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr.gov) prior to award of contract. Contact Sherry Helmick at 540-265-5112 or shelmick@fs.fed.us, or Anna Bryant at 540-265-5115 or ambryant@fs.fed.us if you have questions regarding this solicitation or to confirm receipt of your faxed quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3395-S-12-0006/listing.html)
 
Place of Performance
Address: Natural Bridge Station, Virginia, 24579, United States
Zip Code: 24579
 
Record
SN02682958-W 20120226/120224235442-f172c97b3871a33a6b1848cb78f3f637 (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 |
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.