SOLICITATION NOTICE
38 -- Fire Dozer - W912LQ-15-T-0085 RFQ
- Notice Date
- 9/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-15-T-0085
- Point of Contact
- Steven M. Slater, Phone: 4342986219, Susan E. Swanson, Phone: 434-298-6293
- E-Mail Address
-
steven.m.slater4.mil@mail.mil, susan.e.swanson5.civ@mail.mil
(steven.m.slater4.mil@mail.mil, susan.e.swanson5.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- W912LQ-15-T-0085 Fire Dozer INFORMATION I. Information The Virginia Army National Guard intends to purchase Fire Dozer for use at FT. Pickett Blackstone, VA 23824. In responding to this solicitation/request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the item you are proposing to sell to the Government. Whether the solicitation/request for quote contains a Brand Name or Equal evaluation criteria OR a meet or exceed evaluation criteria, the information requested must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it and describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer/bid. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number end quote). If you are bidding on an "or equal" or a "meet or exceed" basis, your seller bid specification should indicate: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your bid response does not contain all of the required information called out in this notice, your bid will be determined nonresponsive and will not be considered for award. Unit prices shall include all associated delivery costs for FOB Destination to zip code 23824. The government shall make a single award; all quotes submitted must include quotes on all items. Award will be made on the basis of lowest price, technically acceptable (LPTA). In order to be determined technically acceptable, quoted products must meet the minimum technical requirements identified. In order to determine if the requirements can be met, product descriptions that address the requirements must be provided with the quote. If the product information is available online, a web address may be provided in lieu of the product description sheet. A government representative(s) will evaluate the information provided to determine if, in his/her opinion, the minimum requirements and intended use of the product. The government is not required to research information outside what is provided (product) specifications/web address) in order to make the determination. NOTE: For those items the government has already determined to be technically acceptable, product specifications are not required to be submitted In addition to a price quote and product specifications, the following shall be provided: completed FAR and DFARS provisions 52.212-3 and 252.209-7992, taxpayer identification number (TIN), Dun and Bradstreet number (DUNS), and Commercial and Government Entity (CAGE) code. Companies doing business with the Federal Government are required to use the System for Award Management (SAM). In order to be eligible to receive an award for this requirement, vendors must have an active SAM registration. The website to register, update, or reactivate an account at SAM is https://www.sam.gov. All questions and requests for information regarding this Request for Quote (RFQ) must be received NO LATER THAN close of business two working days prior to the quote due date in order to minimize the need to extend the closing date. FIRE DOZER - SPECIFICATIONS ENVIRONMENTAL CAB CRAWLER TRACTOR WITH BLADE, 24" GROUSERS, or OPTIONAL 18" GROUSERS, REAR MOUNTED FIRE PLOW & BLADE MOUNTED WINCH, 95 HP, XLT, 19,000 LB CLASS SCOPE The intent of this specification is to define a crawler tractor for use in forestry operations; with the primary use being wildfire suppression and related functions. The tractor must have the ability to perform drawbar work over long distances in extremely adverse conditions. The tractor must be able to pull a fire plow, heavy disc harrow or bulldoze fire lines without overheating or otherwise malfunctioning. Parts and service must be readily available throughout the Commonwealth of Virginia. The unit must be new, unused and be prepared for service when delivered to the specified location. It shall meet all State and Federal emission standards at time of the delivery. Quantity Required - 1 10. PERFORMANCE A. Top speed at full throttle on clear, level ground must be a minimum of 6.0 MPH. B. Tractor must be capable of developing and sustaining 7500 pounds of sprocket pull at 3.0 MPH. 20. ENGINE A. Engine must be a current production crawler tractor engine offered by the manufacturer. Prototype or experimental engines are not acceptable. B. Engine must be diesel fueled, turbocharged, four stroke cycle, liquid cooled, minimum 95 HP net, per the latest issue of SAE J1349. C. Displacement must be a minimum of 4.5 liters. D. Cooling system to incorporate a tilt-out, suction-type, variable-speed, hydraulically driven cooling fan with auto reversing feature. The reversing feature must have a manual override to allow for more frequent cleaning when conditions demand it. This system helps purge debris materials trapped on the side of the cooling compartment shields and the coolers. E. Radiator must be suitable for forestry application. Fins shall be aluminum. Fin spacing shall be no closer than ten (10) fins per inch. Tube arrangement shall be inline. Maximum cooling capacity shall be provided. Cooling system shall be filled with coolant that provides freeze protection to -30 degrees F and maximum corrosion protection. F. A turbine type engine air prescreener shall be provided with a perforated guard that serves as a prescreener if air intake is above hood. If air intake is under the hood a vacuum-aspirated system shall be used. Air cleaner shall be dry type with safety element. Restriction indicator shall be provided in the operator's compartment. G. The turbocharger in the exhaust system shall function as spark arrestor. The exhaust pipe shall be routed so that it is protected between the limb risers and the exhaust air passes above the cab. Exhaust system shall be weatherproof and protect the engine from rainfall during idle periods. H. A fuel-water separator, vertically mounted, with a replaceable element must be provided. It shall include a water detection system with a warning indicator on the dash. I. An electric engine hour meter shall be provided. It shall be activated when the engine is running. J. All coolant hoses shall be protected by a fire and heat protective covering (Aeroquip AE102 or equivalent). Fire resistant sleeving shall be secured with stainless steel bands / ties. No plastic zip ties allowed. K. Engine shutoff shall be controlled by an electric solenoid valve. The wiring to the solenoid shall be protected by fire sleeve (Aeroquip AE 102 or equivalent). Fire resistant sleeving shall be secured with stainless steel bands / ties. No plastic zip ties allowed. L. The cold weather starting aid shall be an electric engine block (coolant) heater, 110 volts. Ether start aid is not allowed. M. Tractor must be equipped with a foot operated decelerator. It must slow both the engine and transmission speeds and be capable of bringing the tractor to a complete stop. N. Engine must be equipped with a spin-on, vertical mount oil filter. O. Engine must be equipped with a secondary or final fuel filter that is vertically mounted. If filter is located in the engine compartment, it must be covered with fire-sleeving for protection from belly pan fires. Fire-sleeving to be clamped (stainless steel) in position and easily removable and reinstalled for servicing. 30. DRIVETRAIN A. Transmission shall be dual path hydrostatic drive. Transmission must be capable of full speed direction changes. B. Infinitely variable ratios must be available in the hydrostatic drive system. Hydrostatic transmission must be dual path design. It must feature "load sensing," "anti-stall," and "counter-rotation." The tractor must be capable of variable radius power turns. Turning radius must be consistent even when travel speed is varied. C. Steering must be single lever, joystick controlled. The joystick must control forward and reverse motion and must control left and right steering. It must also control counter-rotation. Speed control must be integrated into the joystick. D. The hydrostatic transmission must be plumbed with remote diagnostic test ports, conveniently located so as to permit diagnostic procedures without removal of any significant components. E. Final drives must be heavy-duty type, triple reduction. F. A vertical mounted transmission oil filter with a spin on replaceable element shall be provided. G. The hydrostatic system must be separate from the hydraulic system. The reservoirs must be made of steel. 40. UNDERCARRIAGE A. Track gauge shall be a minimum of 61". B. Track shoes shall be center mounted, single grouser, 24" width (Option #1 - 18" grousers). Maximum width, across the tracks, shall be 93" (with option #1 - 80"). Corners of grousers shall be clipped. C. Length of track on ground shall be a minimum of 92", producing a minimum ground contact area of 4439 square inches (with option #1 - 3329 square inches). Each track shall have a minimum of seven (7) track rollers. D. Ground pressure of the base machine, including blade but no options, based on the specifications listed in items A, B and C shall not exceed 4.7 psi (with option #1 - not exceed 6 psi). E. Track adjusters shall be hydraulic with covers over grease points to prevent inadvertent tightening. Recoil springs shall be covered. Recoil springs shall be heavy-duty versions, suitable for the maximum operating weight of the tractor and the operating conditions. Recoil system shall be equipped with over-pressure protection (relief valves in hydraulic track adjusters). F. Each track shall have a minimum of one (1) carrier roller. G. Track chain shall be sealed and lubricated, equipped with split master link. H. Rollers & idlers shall be provided with lifetime lubrication. I. The roller frame suspension shall be rigid. J. Tracks shall have front and rear guides. K. All undercarriage components, including roller frames, idlers, rails, sprockets, rollers, and shoes shall be heavy duty type, capable of continuous use per the defined application. The manufacture shall provide the most heavy-duty OEM undercarriage components available. Chain pitch to be a minimum of 171mm. Deere's "Max Life Undercarriage" or equivalent. L. Six track shoes, evenly spaced around the track chain, shall be equipped with "key slots," for the insertion and retention of ½" chain. Key slots shall accept and retain 3/8" & ½" chain for the purpose of self-rescue of a "stuck" tractor. 50. CHASSIS A. Radiator grille must be rated for extreme service in forestry application. A louvered, quick release, extreme-service grille must be provided. B. Engine side shields shall be hinged and/or quick release mounted. The engine compartment must be instantly accessible (both sides) without the use of tools. The hood and engine compartment side shields shall be perforated to the maximum extent offered by the manufacturer. The perforations in the hood and engine side shields shall be a maximum of one-eight inch (1/8") in diameter. C. A fuel tank shutoff valve for fuel supply and return lines shall be located within reach of the seated operator and must be operable without the use of tools. Fuel tank will be constructed of metal and the capacity shall be 60 gallons, minimum. D. A fuel tank drain must be provided and protected from brush damage. It must be reasonably accessible with the use of tools, but without having to remove any major components. E. Primary fuel lines must be metal or stainless steel braided fuel lines or lines must be covered with fire resistant sheathing, Aeroquip AE102, or equivalent. Fire resistant sleeving shall be secured with stainless steel bands / ties. No plastic zip ties allowed. Hose connections shall be threaded with SAE or flat face o-ring connectors except barbed fitting at fuel return cooler connectors if present. F. A manual or electric fuel-priming pump must be provided. G. Tractor must be equipped with a full length, extreme service bottom guard. Bottom guard must protect all components on the bottom of the tractor. Bottom guard thickness shall be no less than 1/2". The bottom guard must include a bolt-on access hatch located at the lowest part of the guard for flushing out debris. H. The tractor must be equipped with a closed eye, front tow hook and two (2) tow hooks (closed eye or D ring) on rear of tractor located on each side of the fire plow mount. I. Tractor must be equipped with a vandalism protection group. Fill points shall be lockable. Padlocks are not required. J. Two (2) tie-down rings shall be furnished on each roller frame. Rings shall be sized to meet federal transportation safety regulations and be located to minimize exposure to damage. K. Ground clearance shall be a minimum of 15.0" as defined by the latest issue of SAE J1234. L. Tool storage for small hand tools must be provided inside cab. M. Tractor shall be equipped with a rear mounted or blade mounted external tool box. If blade mounted tool boxes are installed they must be a minimum of 16" above the bottom of the blade's cutting edge and the box must be a minimum of 16" tall to accept a drip torch. Mounts must be provided for drip torch, and chain. Provision must be made on the tractor to mount and safely carry an axe, fire rake, pinch bar and shovel. N. Access to the engine compartment for service of the dipstick, oil fill, radiator cap and air cleaner shall be conveniently operated without the use of tools. 60. HYDRAULIC SYSTEM A. Hydraulic pump shall be gear type with a minimum flow rate of 15 gpm. System pressure shall be 2800 - 3000 psi. B. Blade controls shall be on a single T-bar" control (lift, angle and tilt). Blade lift valve section shall include a float position. C. An auxiliary hydraulic (4th) circuit shall be provided for the rear-mounted fire plow. A separate lever and valve section shall be included. The circuit shall be equipped with a float position (lever forward) and two relief valves. The circuit shall connect to the plow via 1/2" breakaway couplers per the latest issue of SAE J1036. Couplers and hoses are to be protected so as to withstand highly abusive contact with heavy tree limbs and brush. The couplers shall be located according to the latest issue of SAE J716. D. Hydraulic tank will be constructed of steel. All hydraulic tubing shall be pre-painted or treated to prevent corrosion. It shall be securely mounted and protected to prevent damage and chafing. E. Hydraulic hoses in the engine compartment or belly within 12" of the bottom guards must be covered with fire resistant sheathing, Aeroquip AE102, or equivalent. Fire resistant sheathing shall be secured with stainless steel bands / ties. No plastic zip ties allowed. F. Lift and angle cylinders must have steel guards. G. All hoses routed to the blade, and all exposed hydraulic fittings must be adequately guarded for the intended application. Exposed hoses must be covered with cordura protective sleeving or equivalent. Hoses and fittings are to be protected so as to withstand highly abusive contact with heavy tree limbs and brush. H. The hydraulic system shall be equipped with a spin-on, vertical mount oil filter. 70. DOZER A. Dozer blade shall be mounted on an inside mounted, all hydraulic C-frame. Power lift, angle and tilt functions shall be provided. C-frame shall be "heavy duty" rated; suitable for the intended application. B. Dozer blade shall be 102" wide. With option #1 dozer blade to be 97" wide. C. Moldboard shall be equipped with bolt-on, replaceable, reversible end bits and cutting edges. D. Dozer blade shall be equipped with a full width brush guard, 15-18" high. The brush guard must be a tubular structure with the main structural elements consisting of 2" x 4" x 3/16" rectangular tubing and the interior vertical members consisting of ½" x 2" flat-bar or 0.25" laser cut and formed plate with ½" reinforcements on the back side. There shall be a minimum of six (6) vertical flat bars. 80. WINCH Tractor shall be equipped with a 20,000 pound (bare drum line pull) hydraulically driven, blade mounted, retrieval winch, including 5/8" x 80' wire rope, 6x19 IWRC construction, XXPS, with hook. Winch mount shall be integral with blade brush guard. Winch shall include four-roller fairlead. Winch shall include POWER IN, POWER OUT, BRAKE ON and FREE SPOOL functions. Winch and mount weight shall not exceed 500 pounds. Hydraulic system shall provide oil delivery to produce minimum of 20 fpm line speed but no more than 35 fpm. 90. DRAWBAR Drawbar not required. 100. FIREPLOW Fire plow shall be rear mounted. Coulter shall be 24" diameter. Turning discs (2) shall be 26" diameter. A middle buster shall be included. Down pressure shall be transmitted via a spring rod. Plow shall have a manual latch lock/release system that is operated from the cab for the plows up position locking system and be equipped with a safety latch to hold the plow in the raised position. Fire plow shall be ER Tillage/FESCO TR-1000 or equivalent. 110. ROPS CANOPY & OPERATOR PROTECTION A. Enclosed Cab The operator's station shall be a fully enclosed, sound suppressed, ROPS cab. It shall be heated, air conditioned and pressurized. The Roll Over Protective Structure (ROPS) and Falling Object Protective Structure (FOPS) shall meet the requirements of the latest issues OSHA 1910.266 and of SAE J1040 and J231, and be fully certified. B. Windows The windows shall be tempered safety glass, tinted 30%. It shall be heat resistant to 550 degrees F. The window glass shall be mounted in such a manner that the window glass will remain in place in the event of softening or melting of the window molding during a burn over occurrence. All windows shall be protected by protective screens meeting the requirements of ISO 8084. The screens shall be painted a dark, non-glare color. Protective screens shall be hinged to permit access (without tools) for window cleaning. Side screens and door screens are to be quick released, inside or outside operated, for an emergency exit. C. Operator Access The operator's compartment shall have left side and right side access doors. Operator compartment access must meet the requirements of ISO 8084. The windows must be capable of being secured in the open position to allow for natural cross flow ventilation. The doors of the operator's compartment shall be lockable to prevent unauthorized entry and operation of the machine. D. Seat and Seat Belt The operator's seat shall be a deluxe, full suspension seat with cloth cover. The seat belt shall be three inches (3") wide and retractable. The seat belt shall meet the requirements of SAE J386. E. Window Wipers and Washers The cab windows, front, rear, and doors; shall be equipped with windshield wipers and washers. The washer reservoir shall have a minimum water capacity of one/half (1/2) gallon. F. Environmental Cab Cooling, Heating and Pressurizing System The operator's cab shall be cooled with an air conditioning system capable of 24,000 Btu/hr. The air conditioning system shall be R-134a compliant. The condensing unit shall be mounted on the rear of the cab and be equipped with a guard having a minimum thickness of ¼" that provides the maximum protection against damage from trees, tree limbs and brush. The pressurization system shall deliver air to the operator's compartment that has been filtered through a spark-arresting screen, a high efficiency particulate element (HEPA) and through an activated carbon element. The particulate media shall have an efficiency rating of 93 DOP at 0.5 micron. The media material shall be fiberglass. The activated carbon element(s) shall have an "Activity Rating" of 60, minimum. Any externally mounted filters shall be protected from brush damage. The pressurizing fan shall be rated at 400 CFM, minimum. Vendor will provide two (2) additional HEPA filters and two (2) additional carbon filters. The heater/defroster shall have a minimum capacity of 18,000 Btu/hr. The heating/cooling/pressurizing system shall conform to the requirements of SAE J1503/J1535D. An independent defroster fan shall be provided to defog the windows at any time, whether the system is being used for cooling or heating. G. Limb risers shall be of the point-to-point design and shall be constructed of square tubing not less than 3" x 3" x 1/4". Limb risers shall also serve as protection for the engine exhaust pipe. 120. ELECTRICAL SYSTEM A. The electrical system shall be 12 or 24 volt, negative ground, and shall meet the requirements of the latest issue of SAE J821. If 24 volt, a "24-Volt Electrical System" decal shall be visible inside the cab and in the battery box. Decal letters shall be ½" tall minimum with a white background and black border. B. The alternator shall have a nominal capacity of at least 90 amps. C. Tractor shall be equipped with dual storage batteries (low maintenance design) with a minimum of 190 minutes reserve capacity and 950 CCA each. A manual master electrical disconnect switch shall be provided and installed inside the cab and be readily accessible by the operator. D. Tractor shall be equipped with eight halogen work lights, minimum 65 watts each, 2.25" maximum diameter, paired as follows: One pair shall be mounted in the grille. One pair shall be mounted overhead facing forward. One pair shall be mounted overhead, facing forward, angled outboard. One pair shall be mounted inside the rear screen, facing rearward. Each pair of lights shall be switched on an independent circuit (minimum of three (3) separate circuits), using clearly labeled switches. Each circuit shall protected by an independent, self-resetting, circuit breaker. All exterior lights must be mounted and guarded so as to withstand highly abusive contact with heavy tree limbs and brush. E. The starting system shall be direct, electric. F. An electronic monitoring system shall be provided to monitor all internal operating systems. It shall include audible and/or visual alarms for the charging system, hydraulic and transmission filter restriction, engine coolant temperature, engine oil pressure, air cleaner restriction and seat belt. Gauges shall be provided for engine oil pressure and engine coolant temperature. A fuel level gauge shall be provided. G. An engine tachometer shall be provided. H. A 12-volt power port shall be provided in the operator's compartment. It shall have a capacity of 10 amps minimum. I. All wiring, essential to the continued safe operation of the tractor, shall be adequately protected from belly pan fires by fire sleeve (Aeroquip AE-102 or equivalent). Fire resistant sleeving shall be secured with stainless steel bands / ties. No plastic zip ties allowed. J. The tractor shall be equipped with a dual white strobe light system that is visible from all directions and adequately protected by a guard. 130. WEIGHTS AND DIMENSIONS A. Operating weight of the base tractor; including blade, but not including a fire plow, winch or other add on kits shall be 19,000 - 20,500 pounds. B. Overall machine height, including grousers, shall be no more than 112" 140. SAFETY ITEMS A. The tractor must be equipped with a back alarm, per the latest issue of SAE J994, type A, 112 dB (A). B. The tractor must be equipped with a warning horn, per the latest issue of SAE J1105, type J, 117 dB(A). C. The service braking, secondary stopping and parking brake systems must meet the requirements of the latest issue of ISO 10265. Hydrostatic drive system must provide dynamic braking. Parking brake must be wet disk. D. The tractor shall be equipped with self-cleaning, anti-skid surfaces and hand grips as needed for safely mounting and dismounting the tractor and for all maintenance operations normally performed weekly, per the latest issue of SAE J185. Grab handles for mounting and dismounting shall be provided at each rear corner of the tractor. E. The tractor must be equipped with a convex mirror, mounted inside the operator's compartment. It must have a 26 square inch viewing area, minimum. F. At least one floor plate in the operator's compartment shall be quick release mounted for instant access without the use of tools for fire suppression in the belly pan. Minimum size of 10" x 10". G. The tractor shall be equipped with one five pound, ABC dry chemical fire extinguisher per the requirements of the latest issue of SAE J1212. It shall be securely mounted in the cab and not interfere with operation, visibility or ingress/egress. H. The tractor shall be equipped with provisions to prevent unauthorized starting or movement of the machine, per the latest issue of SAE J1083. I. The tractor must conform to the latest issue of SAE J1212, Fire Prevention on Forestry Equipment. J. Safety signs shall meet the requirements of the latest issue of SAE J115. K. Vender may be required to provide documentation that all specifications listed have been met. L. Vendor will provide digital models / geometry of all protections items upon request. 150. PAINT A. The exterior of the tractor is to be painted (manufacturer's standard) industrial yellow. B. The brush screens and limb risers are to be painted a dark, non-glare color (gray or black). C. Interior of the cab is to be painted a non-glare color. D. The hood is to be painted a non-glare color (gray or black). E. Top of the cab (outside) is to be painted white. 160. TRACTOR PROTECTION SYSTEM A. The tractor shall be equipped with a water system for the suppression of "belly pan fires." The system shall include a minimum of fifteen (15) gallons water capacity stainless steel water tank mounted to the rear of the tractor; pre-mix foam capability; an electric pump capable of no less than 3 gpm and 40 psi; and a hand held, pistol grip nozzle with fifteen (15) feet of 3/8" self-storing hose, hose shall be equipped with non-conductive bend restrictors, metal spring bend restrictors are not allowed. The system shall be tested for functionality and leaks and be supplied / shipped with 12 gallons of a 50/50 mixture of water / propylene glycol. 170. CONDITIONS A. In addition to the equipment specified, the tractor shall be equipped with all standard equipment provided by the manufacturer for commercial or industrial use as specified in literature published by the manufacturer. The tractor shall comply with all federal and state safety regulations and standards. B. The supplier shall be responsible for delivering the tractor properly serviced, clean and in first class operating condition. Pre-delivery service, at a minimum, shall include: 1. Complete lubrication. 2. Check and fill all fluids. 3. Verification of proper engine settings. 4. Adjust tracks to proper tension. 5. Check operation of all functions, gauges and accessories. 6. Clean and remove unnecessary tags, stickers, marks, etc. C. Tractor shall be supplied with one Operator's Manuals, one (1) Service /Technical Manual(s) and one (1) digital copy of the Parts Manual. D. Each tractor is to be completely assembled (unless noted otherwise in this specification), including options and attachments; thoroughly tested and ready for operation upon delivery. E. The manufacturer's warranty must be, at a minimum, twelve (12) months, full coverage. The warranty effective date shall be the date that tractor is put into service. Copies of the warranty and a Manufacturers Certificate of Origin are to be delivered with each invoice. F. Tractor Outfitting - All tractor outfitting shall be performed at an authorized facility, approved both by the tractor manufacturer and MTC Fort Pickett Forestry Department. G. Four hours of operator training shall be provided for each tractor at each location. It shall include operational, service and safety training. H. An optional manufacturer's five (5) year, 1,500 hour, extended power train and hydraulic system warranty shall be included. The warranty effective date shall be the date that tractor is put into service. 180. Delivery A. Destination of machine shall be: Ft. Pickett Blackstone VA 23824 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.204-16 Commercial and Government Entity Code Reporting JUL 2015 52.204-18 Commercial and Government Entity Code Maintenance JUL 2015 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding of Unclassified Controlled TechnicalInformation NOV 2013 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014)NOV 2014 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013)(a) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-15-T-0085/listing.html)
- Place of Performance
- Address: FT. Pickett Bldg 316 9th St and Warhouse, Blackstone, Virginia, 23824, United States
- Zip Code: 23824
- Zip Code: 23824
- Record
- SN03883151-W 20150913/150912000453-e52e65e7f25fbf2399e02766982c0a11 (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 |