Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
SOLICITATION NOTICE

24 -- Bobcat Tractors for the Louisiana Army National Guard

Notice Date
8/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-12-Q-0008
 
Response Due
8/13/2012
 
Archive Date
10/12/2012
 
Point of Contact
DAVID BOURGEOIS, 3182905933
 
E-Mail Address
USPFO for Louisiana
(david.bourgeois@ng.army.mil)
 
Small Business Set-Aside
N/A
 
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 solicitation number is W912NR-12-Q-0008. The solicitation is issued as a request for quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, DFARS Change Notice 20120420. This solicitation is set aside for Small Business (SB). The NAICS code assigned to this acquisition is 333111 and small business size standard is 500 employees. There are two contract line items. Quotations shall be priced separately for each CLIN to include delivery. Both CLINs have brand name specific justification. CLIN #1 - a quantity of one Bobcat T770 Compact Track Loader (iT4) with the following options: 92 HP Turbo Interim Tier 4 Diesel Engine, Air Intake Heater - Automatically activated, Auxiliary hydraulics: Variable flow, Backup alarm, Bob-Tach, Bobcat Interlock Control System (BOCS), Controls: Bobcat Standard, Engine Hydraulic System Shutdown, Horn, Instrumentation: (Engine Temp & fuel gauges, Hourmeter, RPM and warning lights), Lift Arm support, Lift path: vertical, lights: (front and rear), Operator Cab: (includes: adjustable suspension seat, top and rear windows, seat bar, seat belt, Roll Over Protective Structure (ROPS) meets SAE-J1040 & ISO 3471, Falling Object Protective Structure (FOPS) meets SAE-J1043 & ISO 3449, Level I), Parking brake: spring applied, pressure released (SAPR), Tracks: Rubber - 17.7" wide, warranty: 12 months - unlimited hours, A31 Options Package, cab enclosure with heat and AC, High Flow Hydraulics, Attachment Control Kit, 74" C/I Heavy Duty Bucket, and a 78" Deluxe Landplane. The delivery address for CLIN 1 is Camp Villere, 34845 Grantham College Road, Slidell, Louisiana 70460. CLIN #2 - a quantity of one Bobcat T770 Compact Track Loader (iT4) with the following options: 92 HP Turbo Interim Tier 4 Diesel Engine, Air Intake Heater - Automatically activated, Auxiliary hydraulics: Variable flow, Backup alarm, Bob-Tach, Bobcat Interlock Control System (BOCS), Controls: Bobcat Standard, Engine Hydraulic System Shutdown, Horn, Instrumentation: (Engine Temp & fuel gauges, Hourmeter, RPM and warning lights), Lift Arm support, Lift path: vertical, lights: (front and rear), Operator Cab: (includes: adjustable suspension seat, top and rear windows, seat bar, seat belt, Roll Over Protective Structure (ROPS) meets SAE-J1040 & ISO 3471, Falling Object Protective Structure (FOPS) meets SAE-J1043 & ISO 3449, Level I), Parking brake: spring applied, pressure released (SAPR), Tracks: Rubber - 17.7" wide, warranty: 12 months - unlimited hours, A31 Options Package, cab enclosure with heat and AC, High Flow Hydraulics, Attachment Control Kit, 80" C/I Heavy Duty Bucket, Bolt-on cutting edge-80", Pallet Fork Frame, Heavy duty; 42" pallet fork teeth; 30C Auger Drive Unit, Auger mounting frame - loader and compact tractors; Bumper Kit' Standard Duty Bit, 12"; 8811 Backhoe; 8811 mounting kit for M-series Loaders (600 & 700 platform); Bob-Tach adapter (Spacer) kit for M-series loaders; 16" standard duty bucket, Class 3; and a 80" Industrial Bucket Grapple. The delivery address for CLIN 2 is CPT Dwayne Celestine, Building 420 F Street, Camp Beauregard, Pineville, Louisiana 71360. Award will be made for all or none. FAR 19.502-2(c) For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule (see 19.102(f)). Exact item must be quoted. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical Acceptability of the Item, and Delivery Terms. Factors other than price when combined may be more important than price. FAR 52.202-1 Definitions, FAR 52.204-7 Central Contractor Registration, FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.204-7 Central Contractor Registration. FAR 52.219-28 Post-Award Small Business Representation. FAR 52.219.27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.222-3 Convict Labor. FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-1 Disputes. FAR 52.233-2 Service of Protest. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A, DFARS 252.212-7001 (Dev) Contract Terms and Conditions, DFARS 252.225-7001 Buy American Act and Balance of Payments Program. Contractors must be actively registered with the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/. Quotes may be emailed to MAJ David Bourgeois, david.bourgeois@us.army.mil or call 318-290-5933. NO LATER THAN 13 August 2012 10:00 AM, CST. Alternate POC is chad.travis@us.army.mil, 318-290-5981.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16/W912NR-12-Q-0008/listing.html)
 
Place of Performance
Address: USPFO for Louisiana 430 F Street, Camp Beauregard Pineville LA
Zip Code: 71360
 
Record
SN02825274-W 20120804/120803000947-ed238bbf7edc1a4b4d195e3828b8c5a4 (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.