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