Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

38 -- Backhoe/Excavator and Trailer

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, National Headquarters/Acquisitions Division, 1400 Independence Avenue., SW, Room 5223-S, P.O. Box 2890, Washington, District of Columbia, 20250, United States
 
ZIP Code
20250
 
Solicitation Number
AG-6740-S-14-0010
 
Archive Date
10/10/2014
 
Point of Contact
Judith A. Weber, Phone: (281) 232-6898 x 110
 
E-Mail Address
judith.weber@wdc.usda.gov
(judith.weber@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
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. This solicitation number AG-6740-S-14-0010 is issued as a request for quotation (RFQ), and the acquisition procedures at FAR Part 12.6 and FAR Part 13 are being utilized. It is anticipated that a Fixed-Price order will be awarded. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 effective August 25, 2014 which can be found at http://www.acquisition.gov/far/index.html under the current FAR section. This is a 100 % set aside for small business; however, a Small Business Administration Class waiver exists for the backhoe/excavator under this NAICS. The applicable NAICS code is 333120 Construction Machinery Manufacturing, which has a size standard of 750 employees. For more information on size standards visit http://www.sba.gov/size. See list at http://www.sba.gov/sites/default/files/articles/NMR%20CLASS%20WAIVER%20LIST-AS%20OF%2012-31-2013-VERSION%2010.pdf. FAR 19.106(f) states that "In the case of acquisitions set aside for small business or awarded under section 8(a) of the Small Business Act, when the acquisition is for a specific product (or a product in a class of products) for which the SBA has determined that there are no small business manufacturers or processors in the Federal market, then the SBA may grant a class waiver so that a nonmanufacturer does not have to furnish the product of a small business..." CLIN 0001 Compact backhoe/excavator 1 each and CLIN 0002 Trailer for excavator 1 each Description of Requirement. Contract Line Item Numbers (CLINs). Item 1. Compact Backhoe/Excavator, Engine Horsepower - 33 to 42 horses, rubber tracks, with canopy with roll over protection, blade on front for filling in the pits, no angle or floating option(quote different sizes of blade, 24" wide bucket with teeth for digging, not a smooth edge, Zero tail swing Digging for 4,500 to 5,000 lbs. Digging depth 9 to 11 feet Reach of arm 16 to 18 feet Machine weight less than 9,000 lbs. List standard items included in price, quote on optional items available. Include standard warranty. Item 2. Tandem axle type 7000 pound trailer sufficient to carry excavation in item 1 minimum of 20 feet longs; bumper pull; tool box for chains, binders, jack, etc. List all standard items included in price, quote on optional items. Drop hitch and ball (2 5/16") Drop down ramps with stabilizers. MULTIPLE AWARDS MAY BE MADE. Date(s) and Place(s) of Delivery and Acceptance: Pierre, SD 57501-2398 not later than November 30,2014. NRCS will pick-up within 100 mile radius otherwise, the items must be delivered FOB Destination to Pierre, SD. Acceptance will be at the time and place of delivery. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items does not apply. The quotes shall be evaluated in accordance with FAR 13.106-2. The trailer offered will also be evaluated to ensure that it will be sufficient to be used for the backhoe/excavator. Optional items offered: The Government will evaluate offers for award purposes by adding the total price for all optional items selected to the total price for the basic requirement. Offerors are required to complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. This must be completed at SAM.gov and the registration in an "Active" status. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and addenda are not attached. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)"(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.219-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). Alternate I (Nov 2011). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. Alternate II (May 2014) of 52.225-3. FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP)Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Payment Platform System (IPP) or the Contractor must be willing to accept payment by Government purchase card. The Contractor must use the IPP website (https://www.ipp.gov) to register, access, and use IPP for submitting invoices. Contractor assistance with enrollment can be obtained by calling (866) 973-3131.Invoices submitted by means other than IPP will not be accepted unless the Contracting Officer authorizes alternate procedures in writing. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Shipping documents and manufacturer list of specification included with equipment and proof of warranty. All quotes shall be submitted electronically with sufficient descriptions and brochures to judith.weber@wdc.usda.gov. All questions shall be in writing to judith.weber@wdc.usda.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NHQASD/AG-6740-S-14-0010/listing.html)
 
Place of Performance
Address: Pierre, South Dakota, 57501, United States
Zip Code: 57501
 
Record
SN03523165-W 20140924/140923000542-c512ab1f24c31671f8444e46e608dfea (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.