SOLICITATION NOTICE
30 -- Superior National Forest Snowmobiles - Trade-in information
- Notice Date
- 2/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441229
— All Other Motor Vehicle Dealers
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Minnesota Shared Service Contracting Unit, 8901 Grand Avenue Pl., Duluth, Minnesota, 55808
- ZIP Code
- 55808
- Solicitation Number
- AG-63A9-S-12-2000
- Archive Date
- 3/14/2012
- Point of Contact
- Trent M Thomas, Phone: 2186264387, Ryan Melton, Phone: 218-626-4346
- E-Mail Address
-
tmthomas@fs.fed.us, rcmelton@fs.fed.us
(tmthomas@fs.fed.us, rcmelton@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Trade-in Inforamtion to be used Combined synopsis/solicitation for Snowmobiles (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; quotations are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. The reference number is AG-63A9-S-12-2000 and the solicitation is issued as a Request for Quote (RFQ). (iii) This requirement is for the United States Department of Agriculture, International Services Division. (iv) The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. Provisions and clause incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulations (AGAR) can be accessed on the Internet at: http://www.arnet.gov/far/ and http://www.usda.gov/procurement/policy/agar.html. (v) It is anticipated that a single award will be awarded. This is a 100% Small Business set-aside. The applicable NAICS code of 441229 and a size standard of $7.M Annually. (v) This requirement consists of 5 contract line item number (CLINs) for various Snowmobiles.. Vendor shall package the items to allow shipment and delivery to the Superior National Forest Located at 8901 Grand Avenue Place Duluth MN 55808. (vi) A detailed description of the Line items are listed as followed: 0001 Snowmobile. 2-up. 800cc e-Tec (or similar) 2-stroke engine. 24" wide track for deep snow conditions. Electric start, pull start, and reverse. Also needs hitch and cargo rack. Preferred model is Ski-Doo Skandic SWT 800 w/ e-Tec engine due to light weight. Will trade (3) Ski-Doo Alpine snowmobiles. To include Covers. Trade information will be provided as an attachment. QTY: 1 EA 0002 Snowmobile. 2-up. 2-stroke engine (550F or 600 eTec engine). 24" wide track for deep snow conditions. Electric start, pull start, and reverse. Also needs hitch and cargo rack. Preferred model is Ski-Doo Skandic SWT550F or SWT 600 w/ e-Tec engine due to light weight. To include Covers. QTY: 5 EA 0003 Snowmobile. 2-up. Snowmobile. 2-up. 600 ACE (or similar) 4-stroke engine, 16" track. Electric start, pull start, and reverse. Also needs hitch, wide skis and cargo rack. Preferred model is Ski-Doo Expedition Sport. To include Cover. QTY: 1 EA 0004 Snowmobile. 1-up. 600 ACE (or similar) 4-stroke engine, 16" track. Electric start, pull start, and reverse. Also needs cargo rack and wide skis. Preferred model is Ski-Doo Tundra Sport to include cover. QTY 1 EA 0005 Snowmobile. 2-up. 600cc e-Tec (or similar) engine or 800cc standard 2-stroke. Lightweight, min. 130 inch track for deep snow conditions. Electric start, pull start, and reverse. Needed for Law Enforcement snowmobile patrol (ie. SAR, timber sale, recreation trail, lake & off road travel, etc.) Preferred model is Ski-Doo Renegade Backcountry w 600cc e-Tec due to light weight and ability to burn 87 octane gasoline. To include Cover. QTY: 2 EA ******* All items will be considered on a best value to the Government, to include trade in. All items will be considered on an or equal bases. The Government reserves the right to award on an all some or none bases******* (vii) Deliverables and acceptance of deliverables will be FOB Destination to the following location(s): 8901 Grand Avenue Place, Duluth MN 55808 The items shall be delivered to Duluth MN within thirty days of award. (viii) Provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. (ix) Provision at 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The following text is added to Paragraph (a) of FAR 52.21-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance will be rated neutral. A competitive firm-fixed price, definite quantity type contract award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications. Technical acceptability is on a pass-fail basis. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contacting Officer. In accordance with FAR 52.212-1(b)(10) - regarding past performance, references are requested. Each offeror shall submit two references (2) which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (x) Offerors shall complete at 52.212-3, Offeror Representations and Certifications - Commercial Items and submit a copy of the representation with its offer. Please note that certifications can be Completed online at https://orca.bpn.gov/. A copy of the complete Clause can be found online at http://www.arnet.gov/far/current/htm/52_212_213.html#wp1179194 (xi) Clause at 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) Clause at 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52-203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.19-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52-222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52-222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52-222-35 Employment Reports on Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-1 Buy America Act; 52.225-2 Buy American Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiii) The following Federal Acquisition Regulations apply to this acquisition: Provision 52.211-6 Name Brand or Equal with the salient characteristics found in the item description. The following Agriculture Acquisition Regulations (48 CFR Chapter 4 401-453) apply to this purchase: provision 452.219-70 Size Standard and NAICS Code Information (see iv above). Clauses 452.211-73 Attachment to Statement of Work/ Specifications and 454.246-70 Inspection and Acceptance with the following text added: Inspection and Acceptance will occur at delivery locations. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) Numbered Note 1 applies to this acquisition. (xvi) All questions concerning this RFQ must be submitted in writing and faxed to (218) 626-4397 or emailed to tmthomas@fs.fed.us. (xvii) Quotes are due via mail, email or fax by 1500 CST on February 28, 2012. Mailing address: USDA FS Superior National Forest Attention: Trent Thomas 8901 Grand Avenue Place Duluth MN 55808 FAX: 218-6264397 Email: tmthomas@fs.fed.us (xviii) A COMPLETE QUOTE SHALL CONSIST OF THE FOLLOWING: 1) Price for 5 line items of various Snowmobiles. 2) Signature of the offeror on the page that lists the price. 3) Completed copy of the provisions at FAR 52.213-3, Offeror Representations and Certifications-Commercial Items or confirmations that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quotes, thereby making an offeror ineligible for award. (xix) Please contact Trent Thomas with any questions via email at: tmthomas@fs.fed.us
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63A9/AG-63A9-S-12-2000 /listing.html)
- Place of Performance
- Address: 8901 Grand Avenue Place, Duluth, Minnesota, 55808, United States
- Zip Code: 55808
- Zip Code: 55808
- Record
- SN02669619-W 20120209/120207235655-1a2e27d0c211ce50061668baa0aafd0b (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 |