Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

23 -- Utility Terrain Vehicles for White River NF - Solicitation

Notice Date
8/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82X9-S-12-0180
 
Archive Date
9/22/2012
 
Point of Contact
Star M. Chandler, Phone: 3032755311, Howard D. Redden, Phone: 3032755288
 
E-Mail Address
schandler@fs.fed.us, hredden@fs.fed.us
(schandler@fs.fed.us, hredden@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation GENERAL SPECIFICATIONS C.1 Scope of Work. To deliver six gas powered Utility Terrain Vehicle (UTV) side by side two person and one diesel powered six person side by side to be used for field going personnel at remote work sites on National Forests. Acquisition of these units will allow the continued safe and reliable execution of the Forest Invasive' Program as well as the recreation programs on the Blanco and Rifle Districts. These vehicles will facilitate a safe and effective environment for Forest Invasive Crews to conduct their noxious weed treatments and inventories while carrying a heavy payload. Ensuring the ability to accomplish our weed management goals set forth by the Forest Service. The Forest Service has two (2) UTV's (2007 Artic Cat Prowler, 2006 Yamaha Rhino), four (4) ATV's (2 - 2003 Honda, 2 -1993 Honda), one (1) Argo Conquest and one (1) Argo Avenger offered for trade in. To be removed by the contractor at time of delivery of new UTV's at the delivery location specified in Section C.3 Delivery Address. The UTV'S shall be delivered, serviced and ready to use, to the location specified in section C.3 delivery address. The Contractor should notify the Government a minimum of 5 days prior to delivery date of the trailer. Delivery shall be made Monday through Friday between 8:00 A.M. and 3:00 P.M. TECHNICAL SPECIFICATIONS C.2 General Requirements. The UTV's shall be fabricated from all new materials and be of current production, year, and model. The unit shall be furnished with all parts and accessories necessary for efficient operation, whether all such items are stipulated herein or not. The UTV's shall be delivered, serviced and ready to use, to the location specified. The tires shall be properly inflated, wheel lug bolts shall be properly torqued, axle bearings packed with grease and adjusted and operational. C.2.1 Two Person Side by Side Size • Minimum Overall Length 108 inches with a Maximum Overall Length of 118 inches. • Minimum Overall Width 52 inches with a Maximum Overall Width of 58.5 inches. • Minimum Overall Height 70 inches with a Maximum Overall Height of 77 inches. C.2.2 Two Person Side by Side Features For durability, due to the large percentage of off road use the UTV's shall be of manufacturer's strongest construction. • Electronic engine brake control • Engine size of 650cc EFI or greater • Automatic Transmission • Bed capacity of 400 lbs or greater • Chassis with a minimum of 11.5 inches ground clearance or greater • Cargo Bed: Minimum Dimension: 44" W X 30" L X 11" H Maximum Dimension: 56" W X 38" L X 12" H Cargo bed must be able to fit the required spray equipment. See Picture below. • Must be equipped with an approved ROPS or roll over protective structure. Acceptable certifications include SAE J1194 Nov 1999 (R2009) "Rollover Protective Structures (ROPS) for Wheeled Agricultural Tractors" or OSHA 29 CFR 1928.51 (b)(1) "Roll-over Protective Structures (ROPS) for Tractors Used in Agricultural Operations." • Must be directionally controlled with a steering wheel C.2.3 Six Person Side by Side Size • Minimum Overall Length 108 inches with a Maximum Overall Length of 118 inches. • Minimum Overall Width 52 inches with a Maximum Overall Width of 58.5 inches. • Minimum Overall Height 70 inches with a Maximum Overall Height of 77 inches. C.2.4 Six Person Side by Side Structure For durability, due to the large percentage of off road use the UTV's shall be of manufacturer's strongest construction. • Diesel power unit of at least 900 cc or greater • Indirect fuel injection • Six person capacity • Automatic transmission • 9 Gal fuel tank • At least 20 cm of travel • Front tires 26x9-12 pxt, Rear tires 26x11-12 pxt mounted on steel wheels • On -demand AWD • 2 " Receiver hitch • 4 wheel discs brakes • Hand actuated parking brake • Minimum 1,000 LB. payload capacity or greater • Minimum 2,000 LB. towing capacity or greater • Must be equipped with an approved ROPS or roll over protective structure. Acceptable certifications include SAE J1194 Nov 1999 (R2009) "Rollover Protective Structures (ROPS) for Wheeled Agricultural Tractors" or OSHA 29 CFR 1928.51 (b)(1) "Roll-over Protective Structures (ROPS) for Tractors Used in Agricultural Operations." • Must be directionally controlled with a steering wheel • Chassis with a minimum of 11.5 inches ground clearance or greater C.2.5 Bidders Literature Manufacturer's literature shall be required ADDITIONAL REQUIREMENTS C.3.1 Warranty The manufacturer's standard warranty is acceptable. The start of the warranty period shall be the date of acceptance from the government. C.3.2 Statement of Origin or Bill of Sale Document for each UTV shall be sent to: U.S.D.A. Forest Service, Attn: Rego Omerigic, 1101 School Street, Glenwood Springs, CO 81601. USDA Forest Service shall be used as owner's name. Manufacturer's Label shall be attached to the UTV(s). C.3.3 Delivery Address: The UTV's shall be delivered to: USDA Forest Service 1101 School Street Glenwood Springs, CO 81601 C.3.4 Technical Evaluation 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. Technical capability of product to meet Government requirements. 2. Price Related factors: warranty, service/repair locations 3. Price: Governments evaluation will include total cost to the Government for delivery of new units to the Supervisor's Office in Roanoke VA and the total value of the trade-in amounts offered. Any awards resulting from this solicitation will be firm, fixed price contracts. Technical capability of products and price related factors, when combined, are more important than price in the evaluation process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82X9-S-12-0180/listing.html)
 
Place of Performance
Address: U.S.D.A. Forest Service, Attn: Rego Omerigic, 1101 School Street, Glenwood Springs, Colorado, 81601, United States
Zip Code: 81601
 
Record
SN02857206-W 20120829/120828000726-9df384200897d03d923d3979eede7554 (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.