Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651

Fish and Wildlife Service, 1875 Century Blvd., Suite 310, Atlanta, Georgia 30345

38 -- BUSH-HOG ATTACHMENT FOR 2800Q LINKBELT TRACKHOE/EXCAVATOR SOL 401810Q215 DUE 080400 POC Shirley Fry, Contract Specialist, 404/469-4060 This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only SOLICITATION. Quotations are being requested and a written solicitation will not be issued. The SOLICITATION document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-18. This is a total small business set aside. The Standard Industrial Classification Code is 3531. The small business standard is 750 employees. The Fish and Wildlife Service has a need to purchase the following equipment: Line Item 1 -- Bush-hog attachment for a 2800q Linkbelt trackhoe/excavator, (1) each. The bush-hog must be able to cut 14" in diameter at ground level; must have adjustable cutting angle with boom controls; must have a 60" cutting swath; minimum of a constant 60 GPM @ 4200 psi; needs crossport relief with anticavitation protection; maximum of 80 GPM @ 5200 psi. The Contractor is responsible for picking up the trackhoe/excavator at the refuge, installing all hydraulic systems and bush-hog attachment; and returning trackhoe/excavator with bush-hog attachment to the refuge. As the continued operation of the equipment contemplated by this solicitation is of the utmost importance, it is necessary that the Contractor be in a position to render prompt service and to furnish replacement parts. Contractor shall provide the name and location of the nearest authorized dealer. Maintenance service and parts must be available within a 75-mile radius of the refuge. The required performance period is 30 days after receipt of order. FOB point required is destination Ace Basin National Wildlife Refuge, 8675 Wiltown Road, Hollywood, SC. Inspection and acceptance will be at destination. The following Federal Acquisition Regulation (FAR) provisions and clauses shall apply: Provision 52.252-1, Solicitation Provisions Incorporated by Reference,this solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. The full text of a provision may be accessed electronically at http://www.arnet.gov/far. Provisions 52.212-1, Instructions to Offerors-Commercial Items, with addenda 52.214-21, Descriptive Literature; and 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.252-2, Clauses Incorporated by Reference, this contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of clause may be accessed electronically at http://www.arnet.gov/far. Clauses 52.212-4, Contract Terms and Conditions Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action of Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and 52.232-34, Payment by Electronic Funds Transfer Other than Central Contractor Registration. The Government intends to make a single award to the responsible offeror whose quote conforming to this COMBINED CBD SYNOPSIS/SOLICITATION, will be the most advantageous to the Government, price and other factors considered. Evaluation will be based on the best value to the Government considering price and past performance. Mail or fax copy of quotes must be received no later than 4:00 P.M. (EST) August 4, 2000. Quotations sent by U.S. Post Office or Federal Express should be mailed to U.S. Fish and Wildlife Service, Division of Contracting and General Services, Attn: Shirley Fry, 1875 Century Blvd., Suite 310, Atlanta, GA 30345. Fax copy quotes should be faxed to 404/679-4057, Attn: Shirley Fry. Offerors wishing to respond to this SOLICITATION should provide this office with the following: a price quote on company letterhead for the requested item, prompt payment terms, correct remittance address, Tax Identification Number, DUNS Number, name and phone number of vendor's point of contact, name and location of the nearest authorized dealer, and a completed copy of FAR 52.212-3. QUOTE MUST INCLUDE ALL COSTS FOR FURNISHING EQUIPMENT AND MATERIALS, INSTALLATION AND TRANSPORTATION. Only written quotes will be accepted and must be received and identified by RFQ Number 401810Q215 by 4:00 P.M. (EST) on August 4, 2000. An Offeror MUST represent that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS 100 report required by the Federal Acquisition Regulation clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has or has not submitted the most recent report required by 38 U.S.C. 4212(d). AN AWARD WILL NOT BE MADE TO AN OFFEROR UNTIL THE REQUIRED REPORTS ARE FILED. To request information and forms:U.S. Department of Labor, Veterans Employment and Training Service, VETS 100 Reporting, 6101 Stevenson Avenue, Alexandria, VA 22304. Telephone: 703/461-2460. E-mail: web@Vets100.com. URL: http://vets 100.cudenver.edu. Posted 07/24/00 (W-SN478093). (0206)

Loren Data Corp. http://www.ld.com (SYN# 0480 20000727\38-0001.SOL)

38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index  |  Issue Index |


Created on July 25, 2000 by Loren Data Corp. -- info@ld.com