SOLICITATION NOTICE
23 -- 4 Motorbikes
- Notice Date
- 8/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Center, 1249 S. Vinnell Way, SUITE 200, Boise,, Idaho, 83709, United States
- ZIP Code
- 83709
- Solicitation Number
- 597712
- Archive Date
- 8/31/2012
- Point of Contact
- Sandra K. Corum, Phone: 208-373-4402
- E-Mail Address
-
scorum@fs.fed.us
(scorum@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) 597712 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 336999; Small Business Size Standard: 500 (v) Please see attached for the product specifications (vi) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC): (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.209-10 Prohibition of Contracting with Inverted Domestic Corp; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving; FAR 52.225-1Buy American Act-Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; FAR 52.252-2Clauses Incorporated by Reference; (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. (xi) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (xiii) Quotes must be emailed to scorum@fs.fed.us or faxed to (208) 373-4168. Quotes must be received by 1630 MST on August 16, 2012 Specifications KTM 350 XCF-W, or equivalent Quantity: Three (3) Year: 2012 or newer Engine: 350cc water-cooled - 4-stroke Seat Height: 38 in Fuel Capacity: 2.5 gal Quantity: One (1) Year: 2012 or newer Engine: 250cc water-cooled-4-stroke Seat Height: 38 in Fuel Capacity: 2.5 gal Motorbike Specifications All motorbike quotes must be equipped with electric start, fuel injection, six speed wide ratio transmission, working headlight, working tail and break light (activated by front brake lever), horn, Pro Moto Billet rear mounted chain saw rack, USFS approved spark arrestor and muffler. Trade In: 2000 Honda XR250. Serial number JH2ME0805YK500654. This bike was used by Trail Rangers and has been heavily used. As is/where is. To inspect the bike please contact the Fairfield Ranger District for details, 208-764-3202. FOB: Destination is to be Fairfiled Ranger District 102 1st Street East Fairfield, ID 83327
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/261/597712/listing.html)
- Place of Performance
- Address: Fairfield Ranger District, 101 1st Street East, Fairfield, Idaho, 83327, United States
- Zip Code: 83327
- Zip Code: 83327
- Record
- SN02832842-W 20120811/120810000622-4e63782f681b42e88a9b31f23c7f88db (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 |