SOLICITATION NOTICE
38 -- Purchase S630 Bobcat Skid-Steer Loader
- Notice Date
- 8/27/2012
- Notice Type
- Presolicitation
- Contracting Office
- BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- A12PS02398
- Response Due
- 8/31/2012
- Archive Date
- 8/27/2013
- Point of Contact
- Charmaine Williams-James Contract Specialist 5058638227 charmaine.williams-j@bia.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemental 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. Solicitation No. A11PS02398 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is unrestricted and solicited on open market basis. The contractor shall provide quote for the following equipment: 1.S630 Bobcat Skid-Steer Loader, P/N M0065, 74.3 HP Turbo Interim Tier IV Diesel Engine, Auxiliary Hydraulics: Variable Flow, Backup Alarm, Bob-Tach, Bobcat Interlock Control System (BICS), Engine/Hydraulic System Shutdown, Glow Plug-Automatically Activated, Instruments: Horn, Engine Temp and Fuel Guages, Hourmeter, RPM & Warning Lights, Left Arm Support, Lift Path: Radius, Lights, Front & Rear, Operator Cab Includes: Adjustable Cushion Seat, Top & Rear Windows, Parking Brake, Seat Bar, Seat Belt, ROPS meets SAE-J1040 & ISO 3471, FOPS meets SAE-J1043 & ISO 3449, Level I, Spark Arrestor Muffler, Tires: 12-16.5 12 PR Bobcat Heavy Duty, with 36 Months Protection Plan, (3000 Hours) P/N 9974370, 1 each at $___________ = $_____________. 2.A31 Option Package, P/N M0065-P01-A31, Cab Enclosure w/Heat & (ACS) & Suspentions Seat, 1 package at $____________ = $______________. 3.Advance Control System (ACS), P/N M0065-R01-C03, 1 each at $_______________ = $____________. 4.High Flow Hydraulics, P/N M0065-R03-C03, 1 each at $____________ = $_______________. 5.Attachment Control, P/N M0065-R28-C02, 1 each at $_____________ = $________________. 6.Locking Fuel Cap, P/N 7023550, 1 each at $________________ = $____________________. 7.Tailgate Lock Kit, P/N 71287403, 1 each at $______________ = $____________________. 8.12-16.5, 12 PR, Bobcat Heavy Duty Tire Assy - Right, P/N 7109630, Four (4) - 12.00 X 16.5 twelve (12) ply rating traction lug type tires, four (4) eight (8) - hole heavy duty wheels, spare tire/wheel included, 1 each at $____________ = $_______________. 9.Ride control Kit, P/N 7184637, 1 kit at $___________ = $_______________. 10.Rotating Beacon Kit, P/N 7129299, 1 each at $______________ = $_________________. 11.74" Low Profile Bucket, P/N 6731421 Deduct, Standard Loader bucket in lieu of multipurpose, deduct, 1 each at $______________ = $________________. 12.Bolt on Cutting Edge, 74", P/N 6718007, 1 each at $___________ = $______________. 13.Includes Filters, A complete additional set of replacement filters to include engine crank-case, hydraulics, fuel air induction, and coolant if applicable at time of delivery. Provide one (1) laminated filter replacement list and one (1) fluid/oil specification chart, 1 each X $____________ = $____________. 14.Includes Training, Vendor shall provide eight (8) hours training on the safety, technical, maintenance, service and proper operational procedures to each ordering district by factory or factory trained personnel. Training shall consist of classroom and hands-on operation. Training shall be completed within thirty (30) days from date of delivery. 1 each at $____________ X $_____________. 15.Includes Manuals, (1-Technical/Shop Manual; 1-Parts Book; 1-Operator's Manual), 1 each at $_________ X 3 = $___________________. 16.Equipment Delivery, BIA will pick up the equipment from local authorized dealer, 1 each at $_________ = $__________ = $_____________. 17.Shipping/Delivery Cost: $______________ 18.Tax if applicable: $___________________ 19.GRAND TOTAL: $___________________ The government will inspect before acceptance. The BIA will pick up new equipment from local Authorized Dealer. The equipment shall be accepted by the BIA-Ship rock Agency, Division of Transportation (Maintenance), Highway North 491 & N531 Bldg, SR 169, Ship rock, New Mexico 87420. The Government will conduct an inspection of the equipment before acceptance. Offerors shall include the applicable taxes. Award will be made to the lowest price offeror, whose quotation is conforming to the requirements herein, will be most advantages to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR Clause 52.212-1 - Instructions to Offerors Commercial Items; FAR Clause 52.212-3 - Offeror Representations and Certifications Commercial Items; FAR Clause 52-212-4 - Contract Term and Conditions Commercial Items; FAR 52.204-11 Brand Name or Equal; FAR Clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Item following are incorporated references: (b) FAR 52.225-1- Buy American Act-Supplies, FAR 52.232-33 - Payment for Electric Funds Transfer-Central Contractor Registration, FAR 52.232-36-Payment by Third Party; DIAR 1452.204-70 Release of Claims; Federal Travel Regulations. The Federal Acquisition Regulation clauses and provisions are available in the internet at: http://www.acqusition.gov or may be requested from the Contracting Officer. Signed and dated Quotes, along with a completed copy of FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, and Attention: Charmaine Williams-James, P.O. Box 1060, Gallup, New Mexico 87305 by local time on August 31, 2012 at 5:00 pm (Mountain Time). Quotes submitted by facsimile and emails will be accepted. Any further questions regarding this announcement may be directed to Charmaine Williams-James, Contract Specialist, at (505) 863-8227, by fax at (505) 863-8382. Email: charmaine.williams-james@bia.gov. All contractors submitting quotes must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02398/listing.html)
- Place of Performance
- Address: BIA-Shiprock AgencyDivision of Transportation (Maintenance)Highway North 491 & N531 Bldg SR 169Shiprock, New Mexico 87420
- Zip Code: 87420
- Zip Code: 87420
- Record
- SN02857247-W 20120829/120828000752-8cde4acc775c377fa0868cd76da650e6 (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 |