Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2016 FBO #5293
SOLICITATION NOTICE

39 -- Articulating Boom Lift - WITH TRADE-IN - Package #1

Notice Date
5/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Lake States Acquisition Team (LSAT), 500 Hanson Lake Road, Rhinelander, Wisconsin, 54501, United States
 
ZIP Code
54501
 
Solicitation Number
AG-569R-S-16-0028
 
Archive Date
7/2/2016
 
Point of Contact
Erin Garcia, Phone: 2317232211, Steve Kangas, Phone: 906-932-1330 x323
 
E-Mail Address
egarcia02@fs.fed.us, skangas@fs.fed.us
(egarcia02@fs.fed.us, skangas@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Attachment 2 - TRADE-IN Photos Attachment 1 - Specifications Combined Synopsis-Solicitation Solicitation Number is AG-569R-S-16-0028. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. This procurement is set aside for a total small-business. The NAICS code is 333924 and the Small Business Size Standard is 750 employees. There are two (2) line items including a TRADE-IN. The government intends to award a firm fixed price single award from this solicitation. The purpose of this solicitation is for the supply and (on ground) delivery of a new articulating boom lift, brand name or equal, meeting the minimum specification including a TRADE-IN. See Attachment 1 - Specifications for detailed information and must haves. See Attachment 2 - TRADE-IN Photos for pictures of the trade-in. The government will use this articulating boom lift to access crowns of trees in order to do controlled pollination for the region's white pine blister rust resistance work as well as the collection of scion wood for their grafting program. On ground delivery is desired within 60 days of award to the following locations: U.S. Forest Service, Oconto River See Orchard 18100 Saul's Spring Road, White Lake, WI 54491. The pick-up of the TRADE-IN is required at the same time. Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details - this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award. Offerors must include a copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (APR 2016), complete with appropriate blocks, with its offer OR offeror must complete this certification online at www.sam.gov. If an exception to a size standard for this project is applicable please submit paragraph (b)(2) from the above provision with your quote. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP. Further provisions, clauses, and addenda including, but not limited to, commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52212-4, 52.212-5 are incorporated in the attached solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far. SCHEDULE OF ITEMS ARTICULATING BOOM LIFT CHEQUMEGON-NICOLET NATIONAL FORESTS By submitting the offer, the Contractor agrees to all terms, conditions, clauses, and provisions included in the solicitation and agrees to furnish any awarded items at the price set in the schedule. The offer is valid for 30 after the closing date of the solicitation unless a formal extension is granted by the contractor. On Ground Delivery is desired within 60 days of award. Quoters shall enter an amount for each item below: Item No. Description Quantity Unit Unit Price Total Price 1 - New Articulating Boom Lift, Brand Name or Equal to JLG 450AJ, JLG 600A, Genie Z 45/25 RT, Genie Z 60/34 per attached specifications Offeror Name Brand_________ Model________________ 2 - Less TRADE-IN The following factors shall be used to evaluate offers: 1. Delivery timeline; 2. Warranty details; 3. Proximity of an available repair/maintenance facility (list facility for future servicing); and 4. Price Non-price factors, when combined, are equal to price. See Combined Synopsis-Solicitation and Specifications for further information. ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Erin Garcia at egarcia02@fs.fed.us. Questions and answers will be posted to FBO so please check back often as it is the contractor's responsibility to remain up to date on all available Q&A's as well as any potential resulting modifications. All questions must be received no later than three days prior to solicitation close date, or the government is under no obligation to review and/or address the questions. The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect not to award at all. If necessary, the Government may conduct discussions with any or all offerors. It is in the offeror's best interest to fully respond to the solicitation requirements since an order may be issued on the basis of information received, without further discussion. Award will be made on a Best Value basis and offers shall at a minimum, contain the items described in this section. Each offer shall contain sufficient information to enable a thorough evaluation. All offers must submit the following: (1) Completed Schedule of Items, with pricing, contact information and SAM certification; (2) Specifications for new articulating boom lift meeting minimum specifications, warranty details, delivery timeline and facility name and address for future servicing); (3) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; and (4) If annual representations and certifications are not active Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The offeror shall complete paragraphs (c) through (q) of this provision. (SAM replaces ORCA, CCR and Acquistion.gov). All offers must be received by 4:00 EST on June 17, 2016 Please submit one complete copy of the above information to: USDA Forest Service - AG-569R-S-16-0028 Erin Garcia, LSAT Contracting Officer 412 Red Apple Road Manistee, MI 49660 Offers may be submitted electronically to egarcia02@fs.fed.us, SUBJ: AG-569R-S-16-0028 OTT- Articulating Boom Lift. If submitting via email please note file size limitations, formatting or other problems may hamper receipt so please verify that the contracting officer has received your quote. No facsimile offers will be considered per (c)(1) of FAR clause 52.215-1 Instructions to Offerors -- Competitive Acquisition. (Jan 2004). Incomplete offers will not be accepted. Contact Erin Garcia at egarcia02@fs.fed.us or (231) 723-2211 with administrative questions concerning this solicitation. Contact Steve Kangas at skangas@fs.fed.us or (906) 932-1330 x323 for more information on technical questions concerning this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/AG-569R-S-16-0028/listing.html)
 
Place of Performance
Address: US Forest Service, Oconto River Seed Orchard, 18100 Saul's Spring Road, White Lake, Wisconsin, 54491, United States
Zip Code: 54491
 
Record
SN04123082-W 20160521/160519234833-f166b5b858691516b1f2e159106dc1c8 (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.