MODIFICATION
23 -- UTV, crew type - Amendment 2
- Notice Date
- 2/18/2016
- Notice Type
- Modification/Amendment
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
- ZIP Code
- 80401
- Solicitation Number
- AG-82AK-S-16-0003
- Archive Date
- 3/9/2016
- Point of Contact
- Kim A Decker, Phone: 719-852-6211
- E-Mail Address
-
kdecker@fs.fed.us
(kdecker@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Amendment 2 - Solicitation package SF-30 Amendment 2 SF-1449 - Amendment 2 AMENDMENT 2: Correct line item 4 specifications and extend bid due date to February 23, 2016, 2:00pm MT AMENDMENT 1: Add line item 4 for Range UTV and extend bid due date to February 18, 2016, by 2:00 pm MT 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; quotes are being requested and a written solicitation will not be issued. Solicitation number AG-82AK-S-16-0003 is being issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. This project is set aside for small business concerns under NAICS code 336999 All Other Miscellaneous General Purpose Machinery Manufacturing, small business size standard is 500 or fewer employees. SCOPE OF WORK: The Rio Grande National Forest is seeking quotes for three new (2016) crew sized UTV's, one for each of our Districts. The UTV's need to accommodate four or more personnel and will be used for field work involving high payload capacities, increased crew safety features and higher horsepower to get personnel safely into isolated work areas on trails and un-maintained roads. Line Item 1 UTV for Conejos Peak RD, qty 1 Option Item: Delivery fee to deliver to 15571 Cty. Rd. T-5, La Jara, CO 81140 Line Item 2 UTV for Divide RD, qty 1 Option Item: Delivery fee to deliver to 13308 W. Hwy. 160, Del Norte, CO 81132 Line Item 3 UTV for Saguache RD, qty 1 Option Item: Delivery fee to deliver to 46525 State Hwy. 114, Saguache, CO 81149 Line Item 4 UTV for Saguache RD, Range program, qty 1 Option Item: Delivery fee to deliver to 46525 State Hwy. 114, Saguache, CO 81149 Specifications for this machine are the same as listed below except for the following: Full size machine Person Capacity: 2-3 persons, bench style seat No front brush guard or tongue type hitch Payload Capacity: 1,500 lbs. or more Standard hitch type (2" receiver) Rollover Protective Structure-(an open steel framework enclosing a UTV that is strength rated to Society of Automotive Engineers (SAE) J2194-97 standards or better to resist collapse during a vehicle rollover). Proposed location of repair/warranty/maintenance facility: _________________________ TECHNICAL SPECIFICATIONS: 2016, UTV, crew-type, standard configuration for all three units: •Engine Type: 4-stroke engine •Fuel Type: Gasoline •Horsepower: 60 HP or higher •Transmission: Automatic •Drive Transmission Type: On Demand 4 WD or AWD/2WD •Cooling: Liquid •Fuel System: Electronic Fuel Injection •Person Capacity: 4 or more •Ground Clearance: 10 inches or more •Rear Bed Box with minimum dimensions of 36"L x 54"W x 10"H •Vehicle Width: less than 70 inches •Total Vehicle Weight UNLOADED: less than 1800 lbs. •Payload Capacity: 1750 lbs. or more •Electronic Power Steering •Hitch Towing Rating: 2000 lbs. or more •Fuel Tank: 10 gallon or more capacity •Both low and high lighting (high and low beams) •Front Windshield •Back Windshield or Dust Shield •Roof for crew protection in rollover and/or protection from elements •Secure chainsaw/equipment mounts for crew safety •Front Brush Guard •Winch of 4000 lbs. or more pulling capacity •Tongue Type Hitch REPAIR/MAINTENANCE/WARRANTY WORK REQUIREMENTS: A facility for repairs, warranty work and maintenance for the units must be available within a 150 mile radius of the District offices. CONTRACTOR SUBMITTALS: Provide brochures with quote package for the units being quoted. DELIVERY/ACCEPTANCE: 30 DAYS ARO If contractor is located over 150 mile radius from District Offices, the Forest Service may elect to pick up the units. INVOICE/PAYMENT: Contractor will register and process invoices through www.ipp.gov. The following provisions and clauses apply to this acquisition: REFER TO THE SOLICITATION PACKAGE ATTACHED FOR ADDITIONAL PROVISIONS AND CLAUSES. Provision 52.212-1 Instructions to Offerors-Commercial. Addenda A: Offerors shall submit their quote in the following format and the quantities specified: (1) One copy of the Price Quote to include: •Completed/Signed Offer, SF 1449 complete blocks, 12, 17a, 30(a,b,c) •Completed Schedule of Items, pgs 5 & 6 •Completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, pg 16-31 •AGAR 452.209-70, pg 31-32, check appropriate blocks •Brochures/Pamphlets •SF-30 Amendment 1-signed copy of acknowledgement SF-30 Amendment 2-signed copy of acknowledgement Offerors must be registered /active in SAM (refer to FAR 52.204-7) to be considered for award. Provision 52.212-2 Evaluation--Commercial Items. Evaluation will be based on price (lowest price, technically acceptable offer). Clause 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) Clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2015) Refer to attached solicitation package for additional FAR clauses applicable to the acquisition. AGAR 452.209 - 70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW - FISCAL YEAR 2015 APPROPRIATIONS AND BEYOND (DEVIATION 2015-01) SOLICITATION ATTACHMENTS: SF-1449 Solicitation package DATE, TIME AND PLACE OFFERS ARE DUE: ***Quotes are to be submitted NLT, FEBRUARY 23 2016, 2:00 pm, MDT*** Email submission of quotes is preferred: email to kdecker@fs.fed.us or mailed/delivered to: USDA Forest Service, Attn: Kim Decker, 1803 W. Hwy. 160, Monte Vista, CO 81144 No faxed quote will be accepted. REQUIREMENTS: Email submission of proposals is preferred and acceptable as long as all required information is submitted, including required signatures. Faxed responses will not be accepted. Email proposals to: Kim Decker, kdecker@fs.fed.us or submit via mail or deliver to: USDA Forest Service, Attn: Kim Decker, 1803 W. Hwy. 160, Monte Vista, CO 81144 For information, please contact Kim Decker 719-852-6211 or kdecker@fs.fed.us Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-02-17 08:56:22">Feb 17, 2016 8:56 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-02-18 09:47:06">Feb 18, 2016 9:47 am Track Changes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82AK-S-16-0003/listing.html)
- Place of Performance
- Address: 1803 W. Hwy. 160, Monte Vista, Colorado, 81144, United States
- Zip Code: 81144
- Zip Code: 81144
- Record
- SN04024649-W 20160220/160218235628-0b4a4ee1704cb07174c1711bfa922932 (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 |