Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 18, 2001 PSA #2895
SOLICITATIONS

24 -- WHEEL LOADER, SELF-CONTAINED SNOW BLOWER, AND PUSH-PLOW

Notice Date
July 16, 2001
Contracting Office
DA & AF National Guard Bureau, USPFO for Montana, P.O. Box 1157, Helena, MT 59624-1157
ZIP Code
59624-1157
Solicitation Number
DAHA24-01-T-0009
Response Due
August 3, 2001
Point of Contact
Kelly S. Traynham (406)841-3407
E-Mail Address
Click here to email the Contract Specialist via email (kelly.traynham@mt.ngb.army.mil)
Description
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. The Solicitation number for this project is DAHA24-01-T-0009 and is issued as a Request for Quote (RFQ). The NAICS code is 333120 with the size standard being 750 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. This procurement is a total small business set-aside. The quoter must state in their quotation their size for this procurement. The Montana Army National Guard, Army Aviation Support Facility has a requirement for one (1) wheel loader, one (1) self-contained snow blower and one (1) push-plow. Line Item 1, wheel loader, brand name or equal to Volvo L50D, must be a diesel powered, center articulated wheel loader, approximately 101 HP Net Power, 18,100- 18,560 lb. operating weight, hydrostatic drive, drive differential lock, a implement quick attach system, ROPS system installed, fully enclosed cab, full lighting as per ANSI/OSHA/ISO standards, back-up alarm and lights, rotating beacon light, cab heat and defrost, a quick attach 2.0 or greater yard bucket, and a quick attach fork. Line Item 2, self contained snow-blower attachment, brand name or equal to Sno-Tech 5502, must be a self contained unit, with an approximately 100 HP Turbo Diesel power unit, approximately 96" wide, a quick attach system (that works with system on line item 1, wheel loader), a fully hydraulic controlled directional chute for casting snow that has a minimum 270 degree horizontal and minimum 120 degree vertical control, with control in cab. Line Item 3, push-plow, brand name or equal to Henke LB30R, 14 foot wide, a quick attach system (that works with system on line item 1, wheel loader), hydraulic swivel (minimum of 30 degree left and 30 degree right), with control in loader cab, no less than 30 inch blade height, and SAE standard wear strips. All connections between loader and attachments must be fitted with a quick connect system. All line items will be painted with the manufacturer's standard color. Quote must include minimum of 8 hours of on-site training in the use of the loader; push-plow and self contained snow-blower. If offering an equal, specification must be submitted with the quote. FOB point and place of contract performance is the Army Aviation Support Facility (AASF), 3333 Skyway Drive, Helena, MT. The desired date of delivery is within 45 days after receipt of order. The Contracting Officer will be Major Dean McLain. Quotes must be sent in writing/fax to the USPFO for Montana-Contracting, Building #1007, #1 Mitchell Way, FT Harrison, MT 59601 (fax (406) 841-3407) not later than 2:00 P.M. local time on 3 August 2001. Award will be made on or about 6 AUG 01. The Government will award a contract resulting from this solicitation to a responsible quoter whose quote conforms to this solicitation and is considered most advantageous to the Government. Factors used for award will be technical and price. Technical acceptability will be determined by information provided by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirements. If any of the items to be quotes are under GSA schedule, provide the schedule number and ordering information. All responsible sources may submit an offer, which, if received in a timely manner will be considered. The following clauses and provisions can be viewed through Internet access at http://www.arnet.gov/far/ and apply to this acquisition: 52.211-6 -- Brand Name or Equal (Aug 1999), 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2000), 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (May 2001), 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2001), 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2001), 52.219-1 -- Small Business Program Representations (May 2001) ALT I., 52.219-6 -- Notice of Total Small Business Set-Aside (Jul 1996), 52.222-3 -- Convict Labor (Aug. 1996), 52.222-19 -- Child Labor -- Cooperation with Authorities and Remedies (Feb 2001), 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999), 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999), 52.222-25 -- Affirmative Action Compliance (Apr 1984), 52.222-26 -- Equal Opportunity (Feb 1999), 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998), 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-37 -- Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999), 52.225-1 -- Buy American Act -- Balance of Payments Program -- Supplies (Feb 2000), 52.225-2 -- Buy American Act -- Balance of Payments Program Certificate (Feb 2000), 52.225-3 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (Feb 2000), 52.225-13 -- Restrictions on Certain Foreign Purchases (July 2000), 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (May 1999), 52.243-1 -- Changes -- Fixed-Price (Aug. 1987), 52.247-34 -- F.o.b. -- Destination (Nov 1991), 52.249-2 -- Termination for Convenience of the Government (Fixed-Price) (Sep 1996), 252.212-7000 -- Offeror Representations and Certifications -- Commercial Items (Nov 1995), 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000), 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998)
Record
Loren Data Corp. 20010718/24SOL001.HTM (W-197 SN50R9T8)

24 - Tractors Index  |  Issue Index |
Created on July 16, 2001 by Loren Data Corp. -- info@ld.com