Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
SOLICITATION NOTICE

37 -- Tractor with Loader Bucket and a Brushing Head

Notice Date
8/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Clearwater National Forest, 12730 Highway 12, Orofino, ID, 83544, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ_R1-5-07-032
 
Response Due
9/13/2007
 
Description
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. The solicitation number for this procurement is RFQ R1-5-07-032. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The NAICS code for this procurement is 333111. The Clearwater National Forest is requesting quotations for the purchase of an agricultural tractor, with a loader bucket and a brushing head. The tractor and attachments must meet the following requirements: This tractor with brush cutter must be an integral system capable of operating continuously without over heating under the following conditions: A. On primitive roads B. At speeds less than 0.5 miles per hour C. Continuous brush cutter operation at rated capacity D. Ambient temperature of 100F Tractor/Boom Mower System size/weight to be minimum 19,000 lbs. (such as Challenger MT535B) and turbocharged diesel engine with minimum 125 PTO horse power, 6 cylinder. 4 Wheel drive with suspended oscillating front axle. Delete 3 point hitch Front and rear fenders 540/1,000 RPM PTO Power shift transmission with 32 speeds F/R (creeper gears) Deluxe cab with A/C, tinted glass and window wiper/washer. Deluxe adjustable seat (air ride), lumbar, adjustable armrests seat. AM/FM radio with clock, speakers and antenna. Roof mounted strobe type warning beacon. HD Hood guard Vertical Exhaust with under hood muffler 1,900 lb. counter weight on left rear wheel Tilt, telescoping steering column In cab electrical socket, cigarette style with lighter. Front and rear wipers Front and rear work lights Flanged rear axle with electro-hydraulic engagement of front and rear differential lock. Shielded center drive line. Tires: 22 ply Trelleborg, Front 420/70B24 and Rear 520/70B34. (for increased stability) Standard loader w/73 inch bucket and a single lever control BRUSH CUTTER 24 foot mid-mounted rotary type, mounted to the right side, powered by tractor PTO and include boom, mounting hardware, cutting blades, hydraulic tank, fluid, system lines, cylinders, controls, pump (minimum 52 gpm @2,000 psi), and hydraulic actuator rotating motor. Actuator to have a minimum of 140 degree swing and 94.000 lbs. of torque @ 3,000 psi. All pin boss areas in boom mower system to be 100,000 psi yield. Transport carrier for boom structure to be independent of cab and does not allow boom to strike cab structure. Cutting head operation will not utilize or depend on restriction causing type valves. All components of boom mower to be powder coated and painted, lead free. 2 year warranty Electronic 5 function joy stick operation 55 gallon hydraulic tank capacity, located out of operator?s line of sight. Hydraulic filter rated at 75 gpm @ 25 microns and located externally for ease of service. Use of 100,000 psi (yield) high tensile steel in the boom & stick, 24? reach. Rotary cutting width to be 60 inches, fabricated with ?? T-1 steel. 3 blades to be 17 lb. T-1 steel double sided and reversible. Provide a safety interlock that will not allow the tractor to start with mower head engaged Provide operator safety by replacing right side cab windows with Tuffax Nomar (or equivalent) or cover with 3/8 inch clear Lexan 2 sets of operating, service, repair, and parts manuals Provide a complete extra set of all filters required for brush cutter Deliver of all items shall be to Clearwater Nat?l Forest, 12730 Highway 12, Orofino, ID 83544. Delivery shall be not later than January 31, 2008. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. Quotations may be furnished by fax to 208-476-8288. Sec. 52.212-2 Evaluation--Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance of the quoter, including availability of on-site maintenance and repair support during summer and fall when work projects are at peak. 2. Durability of equipment for the demanding work conditions found on the Forest 3. Price Criteria 1 and 2 are of approximately equal importance. Price is more important than criteria 1 and 2 combined. Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its quotation. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. (SEP 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the following FAR clauses in this paragraph (b) which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (SEP 2006) (41 U.S.C. 253g and 10 U.S.C. 2402). --(2) NA --(3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (4) [Reserved] --(5)(NA --(6)(NA --(7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). --(8)(NA --(9) NA --(10) NA --(11) NA --(12) NA --(13) NA --(14) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). --(15) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). --(16) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). --(17) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). --(18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). --(19) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). --(20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). --(21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). --(22) NA --(23) 52.225-1, Buy American Act--Supplies (JUN 2003) (41 U.S.C. 10a-10d). --(24) NA --(25) 52.225-5, Trade Agreements (JUN 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). --(26) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). --(27) NA --(28) NA --(29) NA --(30) NA --(31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). --(32) NA --(33) NA --(34) NA --(35)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) NA (ii) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) NA (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Responses to this Request for Quotations are due not later than 3:30 PM, PDT, September 13, 2007 Provisions incorporated by reference are available at http://www.access.gpo.gov/nara/cfr/waisidx_06/48cfr52_06.html
 
Place of Performance
Address: 12730 Hwy 12, Orofino, ID
Zip Code: 83544
Country: UNITED STATES
 
Record
SN01370412-W 20070815/070813220155 (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.