|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 38 -- DITCHING MACHINES SOL M00681-99-T-0123 DUE 091599 POC Gloria
Muchemore, Contract Specialist 760-725-1937 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 written
solicitation will not be issued. The solicitation number is
M00681-99-T-0123 and this is a Request for Quote (RFQ). This
solicitation document incorporates provisions and clauses in effect
through FAC 97-11 and DAC 91-13. This is a 100% small business set
aside under simplified acquisition procedures; the standard industrial
code 5082 and the small business size standard is 100 employees. The
requirement is for a firm fixed priced contract. Request is for the
procurement of two ditching machines. The first one is for a quantity
of one (1) each. Ditch Witch Model 3700 or equal. Specifications of
item part numbers are as follows: 3700 basic unit which includes
infinitely variable hydrostatic four-wheel drive and equipped with:
Deutz Fl1011 air-cooled diesel engine (43 hp gross @ 3000 rpm, 37.5 hp
net @ 2500 rpm as installed) foot control ground drive and hand
throttle, single handle backfill blade with float, enclosed and
lubricated ground drive reduction gearbox, automotive type steering
with single steering cylinder on oscillating front axle, hydrostatic
service brake, mechanical disc, and caliper parking brake, infinitely
variable hydrostatic attachment drive, deluxe adjustable operator's
seat, seat belt, 12 volt electric start, horn, voltmeter, fuel gauge,
hour meter, engine oil pressure warning light, engine temperature
warning light, automatic shut down, hydraulic oil temperature warning
light, and interlock start monitor. Items included are: Deutz Diesel
(Basic Unit) P/N 014-001; 1 ea. Tire & Wheel (26x12-12 TL) P/N 205-578;
4 ea. Decal Kit 3700 English P/N 275-624; 1 ea. 64" Backfill Blade P/N
335-027; 1 ea. Pump Kit Dana 44 P/N 600-047; 1 ea. Rear Rigid Limited
Slip differential Dana 44 P/N 600-436; 1 ea. Front Differential
Limited Slip Dana 44 P/N 600-484; 1 ea. Wheel Weight Kit P/N 602-116;
2 ea. 3700 4-spool Valve Kit P/N 602-234; 1 ea. 3700 without Auxiliary
Manifold Kit P/N 602-237; 1 ea. 3700 2-post ROPS Kit P/N 602-236; 1
ea. 3700 Parts Wagon without EC Final Assembly P/N 602-282; 1 ea.
Shipping Kit P/N 604-056; 1 ea. (H314 Rear Attachment) H314 50K
Dual-Position 12" pivot attachment with personnel restraint bar
mounting brackets. To include; H314 Digging Attachment P/N 100-040; 1
ea. Chain 50K 2P Weld-On Shark 6"x84P P/N 133-162; 1 ea. 2p Boom Stub
P/N 140-540; 1 ea. Restraint Bar (46", 2P) P/N 141-268; 1 ea. Left
Mount Bracket P/N 141-276; 1 ea. Right Mount Bracket (2P) P/N 141-277;
1 ea. Sprocket 12 Tooth P/N 142-127; 1 ea. Large Tail Roller Boom (42"
depth) P/N 143-050; 1 ea. Decal Kit H31 English P/N 275-799; 1 ea. H314
Shipping Kit P/N 602-515; 1 ea. Double Short Auger Assembly P/N
604-682; 1 ea. (Front Attachment) Spacer P/N 181-398; 9 ea.
Counterweight Kit P/N 100-267; 1 ea. Counterweight (100 LBS) P/N
375-080; 2 ea. Marine warranted under normal usage conditions for one
(1) full year except for wearable items, such as chain. The second is
for a quantity of four (4) each. Ditch Witch Model 1030 or equal.
Specifications and item parts are as follows: Basic Unit includes 11 hp
class air-cooled gasoline, infinitely variable-speed hydrostatic ground
drive through enclosed and lubricated reduction gearbox with axle lock
for one or two wheel drive, hydrostatic service brake mechanical
digging chain drive through enclosed and lubricated reduction gearbox,
personnel restraint bar support, hydraulic boom lift, 6 inch pivot,
13x5.00-6 single trail wheel, spoils flap, ad outboard bearing . Items
included are: 1030 Honda (Basic Unit) P/N 010-003; 4 ea. Chain 33K 2P
Weld-on Shark 4.2"x52P P/N 133-140; 4 ea. Restraint Bar (24) P/N
141-282; 4 ea. Cleaner Support P/N 141-325; 4 ea. Roller Boom (24") P/N
143-119; 4 ea. Remote Air intake Conversion Kit P/N 190-719; 4 ea.
Tachometer Hour Meter P/N 190-772; 4 ea. Tire & Wheel (16x6.50-8, B4
TL, Left) P/N 205-776; 4 ea. Tire and Wheel (16x6.50 right) P/N
205-777; 4 ea. Decal kit 1030 English P/N 275-738; 4 ea. Shipping Kit
P/N 604-056; 4 ea. All responsible sources may submit an offer by
providing descriptive literature of how your product meets the needs of
the Government; past performance of at least two recent references
where the Contractor has sold the same product. Completion of DFAR
252.225-7035. The Government will evaluate the technical capability of
the product to meet the Government's needs, warranty, delivery and
price. All Contractors submitting an offer are reminded that you must
be registered in the Central Contractor Registration database to be
considered for award. The following FAR/DFAR provisions apply: FAR
52.212-1 Instructions to Offerors Commercial Items, FAR 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items with the following applicable clauses
for para (b): FAR 52.222-26 Equal Opportunity, FAR 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR
52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era, and FAR 52.247-64 Preference for Privately Owned U.S. Flag
Commercial Vessels; DFAR 252.225-7008 Supplies to be Accorded Duty Free
Entry, DFAR 252.225-7037 Duty-Free Entry NAFTA Country End Products and
Supplies, DFAR 252.204-7004. Required Central Contractor Registration,
DFAR 252.232-7009 Payment by Electronic Funds Transfer, and DFAR
252.212-7001 Contract Terms and Conditions required to implement
Statutes or Executive Orders Applicable to Defense Acquisition of
Commercial Items with the following applicable clauses for para (b):
DFAR 252.222-7036 North American Free Trade Agreement Implementation
Act. The Contractor shall furnish a completed copy of FAR 52.212-3
Offeror Representations and Certifications Commercial Items, DFAR
252.225-7035 Buy American Act North American Free Trade Agreement
Implementation CT Balance of Payments Program Certificate, and DFAR
252.212-7000 Offeror Representations and Certifications Commercial
Items. Offers are due by 4PM (PST) 15 September 1999 and may be sent by
mail or FAX 760-725-8445. Offers sent via US Postal Service should be
mailed to the Contracting Office, P O BOX 1609, Oceanside, CA
92051-1609; offers sent by FedEx should be sent to the Contracting
Office, Bldg. 22180, Marine Corps Base, Camp Pendleton, CA 92055-5027.
Offers are solicited FOB destination only to Camp Pendleton, CA. Award
date is anticipated to be made by 17 September 1999 Posted 08/31/99
(W-SN374976). (0243) Loren Data Corp. http://www.ld.com (SYN# 0225 19990902\38-0001.SOL)
38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page
|
|