Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

78 -- John Deere M- Gator A-1

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
441210 — Recreational Vehicle Dealers
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W91LE57183D224
 
Response Due
9/4/2007
 
Archive Date
11/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; propos als are being requested and a written solicitation will not be issued. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W91LE57183D224. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 (iv)This acquisition is reserved for small business concerns. The associated NAICS code for this acquisition is 441210 small business size standard is $6.5M in annual revenue. (v)Line Items  John Deere M Gator A-1 All TERRAIN VEHICLE FFP SPECIFICATIONS ENGINE AND ELECTRICALMake & Type .................................................................... 4-cycle diesel Cylinders ........................................................................... 3 Displacement ................................................................... 52 cu. in. (854 cc) Maximum Torque ............................................................ 33 lb.-ft @ 2,500 rpm Ignition .............................................................................. IDI Diesel Lubrication ....................................................................... Full pressure Oil Filter ............................................................................. Replaceable (standard) RPM, Idle (no load) ......................................................... 1,050 RPM, Fast (no load) ........................................................ 3,650 Cooling System ................................................................ Liquid Air Cleaner ....................................................................... Dry, replaceable, duel element, with remote intake Muffler .............................................................................. Spark arresting (optional) Battery ............................................................................. 12V, dual, 340 ccA Alternator ........................................................................ 40-amp alternator Headlights ........................................................................ Two 37.5-watt halogen Fuel System Capacity ..................................................... 5.3 U.S. gal. (20 L); No. 1 or 2 diesel or JP8 fuel TRANSMISSION Type ................................................................................... Continuously Variable (CVT) Differential Lock .............................................................. Standard Ground Speed .................................................................. 020 mph Gear Selection ................................................................. Forward, Neutral, Reverse Steering ........................................................................... Rack and Pinion Ground Pressure (Max.) With 200-lb. Operator Only ................................ 6.9 psi Fully Loaded Vehicle .......................................... 8.0 psi DIMENSIONS Length ............................................................................... 108 in. Width ................................................................................. 60 in. Height with OPS extended ............................................. 70.6 in. with OPS folded .................................................. 49.2 in. Weight (curb) ................................................................... 1,650 lb. Seating .............................................................................. Two professional high-back seats CARGO CAPACITY Cargo Box: Material ............................................................... 10-gauge steel Width ..................................................................... 59.5 in. Length ................. .................................................. 45.2 in. Height .................................................................... 9.2 in. Litter Carrier: Material ............................................................... 10-gauge steel Volume .................................................................. 1.87 cu. ft. Width ..................................................................... 51.3 in. Length ................................................................... 22.9 in. Height .................................................................... 2.8 in. Capacity: Volume .................................................................. 14.4 cu. ft. Towing Capacity .................................................. 1,400 lb. (pintle hitch) Payload Capacity ................................................ 1,650 lb. (passengers & cargo) STANDARD FEATURES Frame  heavy duty & reinforced OPS with seat belts  SAE J2194 certified Cargo box  power dumping with fold-down panels Cargo box  internal & external tie-down points Litter carrier  tubular steel, front mount with carrying capacity of 250 lb. Bumper with integral brush guard Keyless ignition switch Steering wheel lock cable Pintle hitch Tow rings  (2) front & (2) rear E-coat & powder painted frame Dual batteries Rifle mount system Fire extinguisher Belt splash shield FOB: Destination (vi) Purchase of John Deere M- Gator A-1 (vii)FOB destination: delivery to Fort Richardson, Alaska by September 4, 2007. (viii)The following provisions apply to this acquisition, FAR 52.212-1 Instructions to Offerors--Commercial (JAN 2006) (ix)FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) The Government will award a purchase order 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: Price will be a more significant evaluation factor than technical, availability and past performance combined. However technical capability of the item offered to meet th e Government requirement, availability, and past performance will be weighed in conjunction with price (x) All offers must include a completed copy of the provision at FAR 52.212-3 offeror representations and certifications--commercial Items (JUN 2006) or be completed on the ORCA website. (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (SEP 2005), (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive OrdersCommercial Items (SEP 2006), (xiii) 52.211-6 Brand Name or Equal, 52.214-21 Descriptive Literature, FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003), FAR 52.222-3, Convict Labor (JUNE 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2 006), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-22 Previous Contracts and Compliance Reports (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002), FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006), FAR 52.232 -33 Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003), FAR 52.247-34 F.O.B. Destination (NOV 1991), DFAR 252.232-7003 Electronic Submission of Payment Requests (MAY 2006), DFAR 252.232-7010 Levies on Contract Payments (DEC 200 6), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991), (Xiv)The full text of clauses and provisions can be accessed at the following web addresses: www.acqnet.gov/FAR and www.acq.osd.mil/dpap/dars/dFARs/index.htm (xv) No applicable number notes (xvi) All offers are due no later than 1:00 PM, Alaska Time, 04 September 2007 via fax (907) 384-7112 or email jeffrey.c.roberts1@us.army.mil (xvii)For further information contact Jeff Roberts @ (907) 384-7104.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01387702-W 20070830/070828221844 (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.