Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
SOLICITATION NOTICE

38 -- NDARNG SNOW REMOVAL EQUIP - RFQ SNOW REMOVAL EQUIP

Notice Date
8/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333131 — Mining Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for North Dakota, PO Box 5511, Bismarck, North Dakota, 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W901UZ-18-4815
 
Archive Date
9/11/2018
 
Point of Contact
Jeannine M. Veitz, Phone: 7013332223
 
E-Mail Address
jeannine.m.veitz.civ@mail.mil
(jeannine.m.veitz.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ NDARNG SNOW REMOVAL EQUIPMENT 1. The North Dakota Army National Guard (NDARNG), has a requirement for the following brand name or equal to snow removal equipment (Loaders with Standard Buckets and Snow pusher Blades): A. Loader (Quantity 3 each): Standard Lift with 20.5-R25 (L2) tires, optional counterweight, standard lubricants, full fuel tank, ROPS cab. Electronic "quick coupler" shall be available. Machine shall have easily accessible jumper studs to aid in jump starting machine or other machines. 1) Transmission: Machine shall have a forward/neutral/reverse switch standard on the implement control joystick. Machine shall have independent control for ground speed and engine RPM 2) Engine: Engine rated net power shall be at least 160 hp according to ISO 9249 at 1800 RPM. Engine shall be US EPA Tier 4 Final / EU Stage IV compliant. Engine shall have the capability to operate in multiple modes based on operator choice. Full Power and Engine speed, or reduced power and engine speed, to save fuel. Machine shall have a standard backup alarm. Engine shall have a cold weather starting package. 3) Steering: Steering console shall be adjustable including tilting and telescoping steering column. 4) Axles: Front axle shall contain a means of locking the front differential with a joystick mounted control, without stopping the machine. Limited Slip Differentials shall be available on rear axle. 5) Hydraulic: Maximum working pressure shall be 3,626 psi (25,000 kPa). Minimum hydraulic output at 1800 engine RPM shall be 45 gal/min (190 L/min). Machine shall have an adjustable 3rd function flow feature allowing flow adjustability. Machine shall have an adjustable 4th function flow feature allowing flow adjustability. 6) Operators Station: Seat mounted joystick control shall operate both lift and tilt functions. Joystick shall integrate forward/reverse direction switch, and adjustable 3rd & 4th function hydraulic control. Air suspension seat, 12V outlet for powering electronics, USB outlet, a radio installation package with blue-tooth and remote auxiliary input, adjustable sun screen for front and rear window, external mirror package with heat and electronic adjust. Machine shall have an optional factory installed rear camera system with rear camera fully protected from rear impact damage, and a secondary color LCD screen in the cab. Stop, tail, and turn signal lights shall be LED and mount in rear counterweights for extra protection. Auxiliary front and rear working lighting packages shall be installed. Rear facing grill mounted lights shall have an "AUTO" mode which will allow them to come on when the machine is in reverse as standard. Machine shall have gauges including hydraulic, engine and transmission temperatures as well as fuel level. Machine cab shall meet ROPS and FOPS criteria as well as regulations for sound exposure. B. Standard Bucket (Quantity 3 each): Minimum 2.7 CYD (2.1 m3) General Purpose Quick Coupler bucket so operator does not have to leave the cab. Cutting edge bolt on type. C. Snow Blade/Pusher (Quantity 3 each): Encompassing a box blade, angle blade, reverse box blade, straight blade. These blades must fit the loader specified quick coupler system. 4 in 1 blade equivalent to Reactor Model Number SB420915, 9'width closed, 15' open width, 34 " moldboard height. D. Additional Snow Blade Pusher for S770 Bobcat -owner provided (Quantity 1 each): 4 in 1 blade equivalent to Reactor Model Number SB320712, 7' width closed, 12 width open, 30 " moldboard height. This blade must fit a Bobcat S770 with a 7 pin connector and quick disconnect. 2. All items must be new; no used or refurbished items are acceptable. If you wish to quote the attached items, please quote all items, as a contract will be awarded to only one vendor. This acquisition is set aside for Small Businesses per FAR 52.219-6. 3. This is a combined synopsis/solicitation 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. This solicitation is being issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. 3. The provisions at 52.212-1, Instructions to Offerors; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offerors Reps and Certs; apply, along with clauses 52.212-4 Contract Terms and Conditions; and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders. 52.232-18 Availability of Funds. 252.204-7006 Billing Instructions, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Workflow Payment Instructions. 4. The Government will award 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: price, specifications identified above, and delivery. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Offerors shall utilize the attached RFQ document to submit their offer. 5. Delivery is required on or before December 31, 2018. Items will be boxed or secured as appropriate with packing list attached. If you have a delivery fee to ship the items, please include that amount in your grand total. FOB Delivery Locations are as follows: A. FARGO AFRC & FMS 2, 3920 31St ST N Fargo, ND 58102 Contact: Martin Tonn 701-451-6071 Cell # 701-730-6071 B. Grand Forks Readiness Center & FMS 3, 1501 S 48th ST Grand Forks, ND 58201 Contact: Scott Bergh 701-792-4566 Cell # 701-741-9230 C. RJB Complex FMS 4, 4200 E Divide Bismarck, ND 58504 Contact: Mike Fischer 701-333-3270 Cell # 701-220-6939 6. Sign and date your proposal in the space provided below. Quotes are due no later than 5:00 PM CST on 27 August 2018. Responses may be emailed directly to the point of contact below: Jeannine Veitz, Contract Specialist USPFO for North Dakota, P&C PO Box 5511, Bismarck, ND 58506-5511 Email: jeannine.m.veitz.civ@mail.mil 7. The ND National Guard is tax-exempt. The applicable NAICS Code is 333131. Quotes must be valid for 60 days. 8. Offerors are reminded that they must have current registration in the System Award Management (SAM) and Wide Area Workflow (WAWF) websites to compete for this acquisition. See www.bpn.gov for more information. If you have any questions, please contact Ms. Jeannine Veitz at Jeannine.m.veitz.civ@mail.mil or call at 701-333-2223.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32/W901UZ-18-4815/listing.html)
 
Place of Performance
Address: Delivery is required on or before December 31, 2018. Items will be boxed or secured as appropriate with packing list attached. If you have a delivery fee to ship the items, please include that amount in your grand total. FOB Delivery Locations are as follows:, A. FARGO AFRC & FMS 2, 3920 31St ST N Fargo, ND 58102, Contact: Martin Tonn 701-451-6071 Cell # 701-730-6071, B. Grand Forks Readiness Center & FMS 3, 1501 S 48th ST Grand Forks, ND 58201, Contact: Scott Bergh 701-792-4566 Cell # 701-741-9230, C. RJB Complex FMS 4, 4200 E Divide Bismarck, ND 58504, Contact: Mike Fischer 701-333-3270 Cell # 701-220-6939, North Dakota, United States
 
Record
SN05034673-W 20180815/180813231459-c61d3d39d8b20f8be75f6fb688542498 (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.