Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353

Directorate of Contracting, Attn: AFRC-FM-DC, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153

38 -- FELLER BUNCHER WITH SHREDDER/MULCHING MOWER SOL DAKF61-99-Q-0112 DUE 061699 POC Kris Murray, Contract Specialist, (608) 388-2702; Brenda Heuer, Contracting Officer, (608) 388-3203 WEB: Click here to access DBS Contracting Web Page, http://www.mccoy.army.mil/garrison/dbs/doc. E-MAIL: Click here to E-Mail Contract Specialist, kris.murray@emh2.mccoy.army.mil. This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation WILL NOT be issued. This solicitation is issued as a request for quotations (RFQ) under DAKF6199Q0112. This request for quotations and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. This action is set aside 100% for small business; the Standard Industrial Classification (SIC) code is 3531 with a size standard of 750 employees. A fixed price contract is anticipated for one (1) line item. CLIN 0001, Quantity 1 EA, FELLER BUNCHER WITH ATTACHED SHREDDER/MULCHING MOWER to be used by Land Rehabilitation personnel to clear damaged trees and grind woody debris. The Government is interested in obtaining performanceand physical features similar to those offered by the Barko Hydraulics 885 Feller Buncher with mounted Seppi Forest V 250 Shredder/Mulching Mower. However, award will be made to that quote which represents the best overall value to the Government. Targeted performance features: capable of chipping and felling a tree up to 18 inches in diameter and have a working width of eight feet or more. The attached shredder must be capable of grinding woody debris, such as slash piles and tree stumps, in place, reducing the debris to mulch. Targeted physical features: Cummins Engine 6CT8, 215 HP, hydrostatic transmission, 12 ply logger tires 26Lx26, ROPS/FOPS approved cab, heater/air conditioner, mulching mower-double drive, and terrain control float head. Machine must meet all OSHA safety requirements and include shop and owners manuals. Awardee will provide minimum of 5 hours training, upon delivery, for operators with daily telephonic follow-up for two weeks after training. Awardee will also provide 100-hour maintenance check. Machine must be delivered assembled. Required delivery is 120 days after contract award with acceptance and FOB point at destination. Delivery will be to the Directorate of Training and Mobilization, 110 E Headquarters Rd, Fort McCoy, WI, 54656-5226. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://farsite.hill.af.mil/. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. The provision at FAR 52.212-2 Evaluation-Commercial Items is included. Paragraph (a) is completed as follows: The factors to be used in the evaluation of offers are (i) technical capability of the item to meet stated requirement, (ii) price, and (iii) past performance; paragraph (b) is completed as follows: Technical and price factors are similar in value and are each significantly higher in value than past performance. To evaluate technical capability of item offered, offeror must submit literature demonstrating product's physical and performance features. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies (no addenda). FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at FAR 52.219-6, Notice of Total Small Business Set-Aside applies. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Certification of Requests for Equitable Adjustment. Also included are the following DFARS Provisions and Clauses: 252.204-7004, Required Central Contractor Registration; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7002, Qualifying Country Sources as Subcontractors. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number (DAKF61-99-Q-0112), offeror's complete mailing and remittance addresses, discount terms, unit price, anticipated delivery time after award, terms of any express warranty, literature demonstrating physical and performance features of offered product, DUNS number, and COMPLETED FAR 52.212-3. Quotes and applicable literature must be received at DBS, CONTRACTING, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153 NO LATER THAN 1630 HRS (CST) 10 JUN 1999. Person to contact for additional information regarding the RFQ is Kris Murray, Contract Specialist, (608)388-2702, fax (608)388-7080, kris.murray@emh2.mccoy.army.mil. Numbered Note 1-100% SB Set-Aside applies. Posted 05/21/99 (W-SN334196). (0141)

Loren Data Corp. http://www.ld.com (SYN# 0190 19990525\38-0002.SOL)


38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page