Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
MODIFICATION

24 -- Tractor with Mulcher (Cedar Eater) - Amendment 1

Notice Date
9/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
GFEBS0010512350
 
Point of Contact
Earl Boutelle, Phone: 2102215806, Renata A. Housley, Phone: 2102213107
 
E-Mail Address
earl.h.boutelle2.civ@mail.mil, renata.a.housley.civ@mail.mil
(earl.h.boutelle2.civ@mail.mil, renata.a.housley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers The purpose of this modification is to provided questions and answers. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR part 13.5, 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. This requirement is being solicited as a 100% Small Business Set Aside. The NAICS Code for this requirement is 333111, with a size standard of 500 employees. Solicitation number GFEBS0010512350 is issued as a Request for Quote (RFQ. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76 effective 25 Aug 2014. The Government intends to award one, firm fixed price award for a Specialized Farm-Type Tractor with a Specialized mulching head (Cedar Eater) at Camp Bullis, Texas. Include the unit price and the extended price for all CLINs CLIN DESCRIPTION QUANTITY Unit of Issue UNIT PRICE TOTAL 0001 Specialized Farm Type Tractor with Specialized mulching head (Cedar Eater) (See below for specifications) 1 Each Note: Line item pricing should include delivery, assembly and instruction on use of equipment. Minimum Specifications: TRACTOR SPECIFICATIONS ENGINE Make: Model Horsepower: 305 (227 Kw) RPM: 2200 Bore & Stroke: 4.49 x 5.31 (114 mmx135 mm) Number of Cylinders: 6 Electrical System: 12 Volt Fuel Tank Capacity: 126 gal (477L) Air Cleaner: Dual Element DryType Exhaust System: Muffler (with fire wrap) Radiator: High Capacity Anti-Clog Type (with automatic reversing fan) AXLES Type: All wheel drive planetary axles. Front Rigid with hydraulic lock. Rear: Oscillation type with hydraulic lock Articulation: 45° with 28 L tires. HYDRAULIC CYLINDERS Bore Rod Stroke Lift 4" 2.5" 19.13" Cylinders (102mm) (63.5mm) (486mm) HYDROSTATIC TRANSMISSION Variable displacement pump and motor with pilot Operated foot controls, combined with a two-speed transfer case to provide an ideal combination of torque and speed range. WHEELS AND TIRES Standard: 28L - 26 BRAKE Service/Emergency: Hydrostatic-dynamic front axle internal wet disc with foot pedal in cab. PARKING Switch operated control on dash with wet disc brakes, located on drive line at transmission. LIFT/TILT/STEARING PUMP Variable displacement, load sensing piston pump producing 42 GPM (159 L/min) @ 3,600 PSI (24,821 kPa). TRAVEL PUMP Variable displacement piston pump producing a maximum of 52 GPM (197 L/min) @ 5000 PSI (34,474 kPa). ATTACHMENT PUMP Variable displacement piston pump producing a maximum of 96 GPM (364 L/min) @ 5000 PSI (33,095 kPa). High Pressure Return Filter 290 Theoretical Hydraulic Horsepower. Filtration system has 33 Micronfilters. 87 gallon (329 L) hydraulic reservoir. OIL COOLER High capacity integrated with radiator and charge oil cooler. STEERING Joystick controlled. Turning radius: 15' 9" (4.80 m) outside tires. Larger tires increase turning radius. TRAVEL SPEEDS (w/28L - 26 tires) Low gear 0-5.0 MPH (0-8.0 kmh) High gear 0-13.0 MPH (0-20.9 kmh) ELECTRICAL 12 volt starting system. 160 amp alternator Ignition key Power view display: engine oil pressure engine RPM engine load % hour meter engine temperature volt meter Audio/visual warning system: engine oil pressure engine temperature Analog Audio/visual warning system: hydraulic oil temperature low hydraulic oil level park brake differential lock engaged high pressure filter service mulcher pump filter service drive filter service. fuel level OPERATORS CAB R.O.P.S., F.O.P.S. and O.P.S. certified. Ergonomically designed for comfort and ease of control and sound insulation. Sealed and pressurized with cyclonic filter Tinted lexan glass on all windows. Deluxe adjustable bucket seat with 4 point harness. Air knife on front windshield for dust and debris removal. Dual joystick controls. Buttons for horn, front differential lock, low lock, float on/off, float override, gate, push bar, plus 1 extra button can be arranged to suit the end user. Pilot operated double foot pedal for travel. Foot operated hydraulic service, emergency brake. Electronic hydraulic pressure diagnostics on the cab instrument panel Climate controlled heating and air conditioning with defroster. BRUSH CUTTER SPECIFICATIONS HORSE POWER REQUIREMENT: 150-320 PTO SPEED: approximately 1000 RPM WORKING WIDTH: 7.5 FEET NUMBER OF TOOLS: approximately 48 FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY: 60 days After Receipt of Order (ARO) The following provisions and clauses apply to this procurement: FAR 52.204-4, Printed or Copied Double-Sided on Recycle Paper FAR 52.204-7, System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2014) FAR 52.212-4, ADDENDUM Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this Contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the software licensing Agreement shall prevail in lieu thereof. (End of Addendum) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation) FAR 52.219-1, Small Business Program Representations; FAR 52.219-1 Alt I FAR 52.222-3, Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil DFARS 252.204-7004 Display of fraud hotline poster(s) (DEC 2012) DFARS 252.211-7003, Item Identification and Valuation DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.201-9101, Ombudsman FAR 52.212-1, Instructions for Offerors ADDENDUM 1. This requirement is solicited using a combination of procedures under FAR Subparts 12, Acquisition of Commercial Items, 13 Simplified Acquisition Procedures, under the authority of FAR 13.5, Test Program for Certain Commercial Items. 2. Questions regarding this Request for Proposal are to be directed ONLY to the 502d Contracting Squadron personnel. 3. The Contract Specialist for this requirement is: Earl Boutelle, (210) 221-5806, earl.h.boutelle2.civ@mail.mil. 4. The Contracting Officer for this requirement is: Renata A. Housley (210) 221-3107, renata.a.housley.civ@mail.mil 5. The information required in Clause 52.212-3, Alt I shall be verified and submitted with the proposal. 6. The offeror is cautioned that additional provisions may include blocks that must be completed by the offeror and submitted with its offer. A. Solicitation Questions: Questions will be accepted until 2:00 PM (1400), Thursday, 11 September 2014. Answers to questions will be made accessible to all potential offerors. Questions shall be in writing and sent via e-mail to: earl.h.boutelle2.civ@mail.mil B. Basis of Award: The Government will evaluate based on a Lowest Price Technically Acceptable (LPTA) basis. Technical acceptability will be rated on an 'acceptable' or single award shall be made to the responsible, responsive offeror who meets all solicitation requirements and minimum specifications at the lowest total price for all line items. C. Quote Requirements: Quotes must include unit and extended prices for all line items, estimated delivery/install date, dates for removal and debris pick-up, all required Offeror Representations and Certifications (See FAR 52.212-3 above), Offeror Cage Code and Discount Terms, if applicable. All quotes are due no later than Tuesday, 16 September 2014 at 2:00 PM Central Time. Quotes may be e-mailed (preferred) to earl.h.boutelle2.civ@mail.mil or mailed to 502d Contracting Squadron ATTN: 2250 Engineer Street, Ste 1, JBSA, Fort Sam Houston, TX 78234-7740. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered you may request an application at (866) 606-8220 or through the SAM website at https://www.sam.gov/index.html/#1 All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire on the status of your payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/GFEBS0010512350/listing.html)
 
Place of Performance
Address: Installation Property Management Branch (RLBC), 2199 9th Street, Joint Base San Antonio-Fort Sam Houston (Camp Bullis), San Antonio, Texas, 78234, United States
Zip Code: 78234
 
Record
SN03502764-W 20140911/140910000441-bf359b5b405e8f8ecd07e00ab80f0e35 (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.