Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2008 FBO #2257
SOLICITATION NOTICE

38 -- UT - USED SNO-CAT

Notice Date
1/29/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-UT UTAH STATE OFFICE* 440 WEST 200 SOUTH, SUITE 500 PO BOX 45155 SALT LAKE CITY UT 84101
 
ZIP Code
84101
 
Solicitation Number
JSQ083021
 
Response Due
2/12/2008
 
Archive Date
1/28/2009
 
Point of Contact
Tina S. Mildon Purchasing Agent 8015394179 Tina_Mildon@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for a used Sno-Cat, including delivery to the BLM Salt Lake City Field Office, 2370 S. 2300 West, Salt Lake City, Utah. 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; proposals are being requested and a written solicitation will not be issued. The Solicitation Number for this notice is JSQ083021. Date for Receipt of offers is February 12, 2008. Description/quantity as follows: 1. Snow Cat Upgrade, used 1995 or newer 177 H.P. Diesel or newer Four Track, Steering Wheel Driven Sno-Cat with 6-way hydraulic Blade, equivalent to Tucker 2000 Series D-38-6, Wide Track/Wide cab, has a 177 HP Cummins Diesel, Allison AT, 80 gallon fuel tank, 6-way front blade, and triple rear hydraulics to include the following specifications, equipment and options: 1) Length, 17'; 2) Width, 117"; 3) Height, 99"; 4) Weight, 10,670 lbs.; 5) Load Rating, 2300 lbs.; 6) Track Dimensions (X4), Width 38" Length 90.5"; 7) Turn Radius, 24'6"; 8) Ground Clearance, 15"; 9) Engine, 177 H.P. 6 BTA Cummins Diesel; 10) Transmission, Allison AT-545; 11) Drive Train, Optional: Spicer 70 H.D. Differential 4.88:1; 12) Fuel Tank Capacity, Optional: 80 Gallon Fuel Tank; 13) Track, Track Bar: T-1 Steel Alloy, Belt: Rubber and Nylon; 14) Electrical, 12 V System, Battery: Dual 950 CCA Alternator: 105 Amp.; 15) 67" 2-Man Insulated Cab; 16) Blade, 10' 6-Way U-Blade; 17) Full Engine Instrument Panel; 18) T-Bar Operator Seat (Cloth), Passenger: Standard Bucket Seat; 19) Full Complement of Seat Belts; 20) Cab Heater, 36,000 BTU; 21) Front Defrosts with adjust outlets; 22) Cab Entry Steps; 23) Locking Door Handles and personal Assist Handles; 24) Roll Over Protection System; 25) Dual Windshield Wiper System; 26) Tinted Glass for UV protection; 27) 4 Halogen Headlamps Hi/Lo Beam; 28) Dome Light; 29) Dual Electric Horns; 30) Heated Mirrors; 31)Hydraulic Foot Break; 32) Mechanical Parking Break; 33) Brake and Tail Lights; 34) Backup Alarm; 35)Hydraulic Steering; 36) Steering Wheel; 37) Heavy Duty Fuel Filter; 38) Coolant Recovery System; 39) Engine Block Heater; 40) Transmission Heater; 41) Diesel Either Starting Aid System; 42) Rear Hitch; 43) Manual and Special Tools; 44)Triple Rear Hydraulics; 45) Rotating Beacon; 46) Rear Window Wiper; 47) Relief Valve on Steering; 48) Cab Circulation Fan & Rear Compartment Heater; 49) De-Icer Wheel 1 ea Unit Price $__________________ 2. Trade in equipment: 1974 Tucker Model 1542 with Industrial Grade Chrysler 318 Engine, two electric fuel pumps. Information sheet & Pictures available via email when requested. 1 ea. Unit Price: $___________ 3. Freight/Delivery of new & Pickup of trade-in 1 ea, Unit Price: $__________ Total Price: $______________________ Delivery delivered by February 29, 2008. The solicitation document and the incorporated provisions and clauses are those in effect through FAC 2005-17. The following FAR clauses are applicable under this solicitation/synopsis: 52.212-1, Instructions to Offerors; 52.212-2, Evaluation of Offers. 1. Technical Capability: Offeror to be regularly established in the business called for this Solicitation. 2. Past Performance: The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. 3. Price. Technical Capability and Past Performance, when combined are of greater importance when compared to price. 52.212-3, Offeror Representations and Certifications - Commercials Items (Offeror to provide complete copy with offer); 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items; 52.219-06, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons (AUG 2007); 52.225-1, Buy American Act, Supplies; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.204-06, Data Universal Numbering System (DUNS) Number; 52.233-3, Protest After Award. The North American Industry Classification System Number for this procurement is 336999. Additionally, offerors are required to obtain a Dun and Bradstreet (DUNS) Number (www.dnb.com) and register at www.ccr.gov (Central Contractor Registration) to be eligible for award of a Federal contract. This service is provided for convenience only and does not serve as a guaranteed notification. Subscribers to this service are ultimately responsible for reviewing this site for all information relevant to this solicitation. Prospective offerors will be required to visit this website periodically to check for amendments and other changes to contract documents. No other notification will be sent. This solicitation is 100% set-aside for Small Business. See Numbered Note 1.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1403617)
 
Record
SN01495074-W 20080131/080129230459 (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.