Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOURCES SOUGHT

38 -- Skid-Steer Loader

Notice Date
8/5/2015
 
Notice Type
Sources Sought
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-15-T-1234
 
Archive Date
8/26/2015
 
Point of Contact
Joshua J. Harris, Phone: 9104326323, C Scott Phelps, Phone: 9104326145
 
E-Mail Address
joshua.j.harris@soc.mil, conway-phelps@soc.mil
(joshua.j.harris@soc.mil, conway-phelps@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A SOURCES SOUGHT (Reference number W36N325212K209) that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the Sources Sought. The Government does not intend to award a contract on the basis of this Sources Sought, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. The United States Army Special Operations Command (USASOC) is seeking to identify sources that are capable of providing one (1) Bobcat Skid-Steer Loader. BRAND NAME OR EQUAL: Items called for by this request for quotation have been identified in the schedule as a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. 0001: S650 T4 BOBCAT SKID-STEER LOADER, "Brand Name or Equal" QTY: 1 Each A. The neccasary components of equipment provided are as follows: 1. 74 HP Tier 4 Turbo Diesel engine 2. Auxiliary hydraulics: variable flow 3. Backup Alarm 4. Interlock control system 5. Engine/hydraulic systems shutdown 6. Glow plugs (automatically activated) 7. Instrumentation: Engine temp, fuel gauages, hour meter, RPM and warning lights 8. Lift arm support 9. Lift Path: Radius 10. Suspension seat 11. Attachment control Kit 12. Lights front and rear 13. Operator cab 14. Parking brake, seat bar seat belt 15. Roll over protective structure (meets SAE-J1043 & ISO 3449, Level 1) 16. Spark arrestor exhuast system 17. Heavy duty tires B. Required Attachments: 1. Selectable joystick controls 2. High flow hydraulics 3. 74" low profile bucket (bolt on cutting edge, 74") 4. 72" brushcat 5. 30C auger drive unit (auger mounting frame loaders and compact tractors, bumper kit, standard duty bit, 12") 6. Stump grinder 7. Backhoe (maximum dig depth 136in, max reach 166in, 6000lbs dig force, 4069 lbs dipper dig force, 180 degree swing angle, hydraulic fold down stabilizer, max 135.7 in dig depth) 8. 12" base class 3, cutting edge, 12" x-change standard duty trenching bucket, class 3 (weld on teeth) 0002: Shipping and Handling Interested parties must demonstrate experience in providing the course outlined or similar support services. Interested parties are requested to submit a capabilities statement that clearly demonstrates their corporate capabilities, a summary of relevant experience and knowledge that addresses the stated areas of interest. The statement should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, and a brief description of the services. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, the applicable GSA contract # and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures. Responses shall be submitted electronically via email to joshua.j.harris@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-6323. All responses shall be submitted by 12:00 PM EST on 11 August 2015 and shall include reference number W36N325212K209 in the subject line and submission documents. Failure to respond to this Sources Sought does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. For information regarding this notice, contact SSG Joshua Harris via email at the address above. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-396-0552.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-15-T-1234/listing.html)
 
Place of Performance
Address: Key West, Florida, 33040, United States
Zip Code: 33040
 
Record
SN03824949-W 20150807/150805235304-d536205cb8582b1286aa51745f08a18a (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.