|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413Directorate Of Contracting, US Army Garrison, Hawaii, ATTN: APVG-GKL,
Fort Shafter, HI 96858-5025 37 -- LAWN AND GARDEN TRACTORS AND HOME LAWN AND GARDEN TOOLS SOL
DAPC50-99-R-6046 DUE 083199 POC Robert Batangan (808) 438-6535 ext 199,
fax (808) 438-1337 This is a combined synopsis/solicitation for
commercial items prepared in accordance with FAR Subpart 12.6 as
supplemented with additional information included in this notice. The
announcement constitutes the only solicitation. PROPOSALS ARE BEING
REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The
solicitation number DAPC50-99-R-6046 is issued as Request for Proposals
(RFP), and incorporates provisions and clauses that are in effect
through Federal Acquisition Circular 97-3. The standard industrial
classification code is 3524, with a small business standard of 500
employees. This procurement is set aside 100% for small business. The
acquisition is a Firm-fixed Price Contract. DESCRIPTION: Purchase of
three, Brand Name or equal Jacobsen Model No. HR-9016, Riding Mower, 88
horse power turbo charged diesel engine D704LT, servo-controlled
hydrostatic transmission, hydraulic drive rotary decks with three sets
of Leaf Mulching Kits, Part No. 71055, two Post Roll overprotection,
Part no. 78138, Canopy/sunshade, Part no. 67857, Road Package Kit, Part
No. 78154, Working light Kit, Part No.78155. Include on- site training
for operators, 1 yr. warranty and service manual. Minimum Salient
Characteristics: a) Engine: 4-cylinder, 86.7 HP, liquid-cooled,
turbo-charged, direct-injection diesel engine, including a heavy duty
centrifugal air cleaner with replaceable element and resettable service
indicator. b) Radiator & Oil Cooler: Removable mid mounted air intake
grill and shielding for access to agricultural type radiator. c) Fuel
System: Direct injection system with replacable fuel filter/water
separator and drain, 40 gallons fuel capacity. d) 8-ply tubeless turf
tires: Front tires 29x14-15 and Rear tires 24x12-12. e) Brakes: Front,
enclosed drum brakes. Mechanical turn-assist brakes through two
pedals. Hand lever type parking brake. Braking through hydrostatic
transmission. f) Power steering: Tilt steering wheel, rear wheels
hydrostatic steering. g) Traction System: Two Poclain hydrostatic
transmission, high torque wheel motors on the front axle and two high
torque wheel motors on the 4WD rear axle, includes system relief,
Servo-assisted, single foot-operated traction pedal with adjustable
speed stop. h) Ground Speed: Mowing: 0-8.5 mph, Transportation: 0-20
mph, Reverse: 2WD: 0-6 mph and 4WD: 0-4 mph. i) Controls: Individual
deck lift levers, throttle, ignition switch, MOW/4WD switch, park brake
lever, turn-assist pedals, foot operated traction pedal, weight
transfer dial and steering wheel tilt release. j) Gauges package and
indicator lights consist of but not limited to engine water
temperature, fuel level, hour meter, low hydraulic oil level, no
battery charge, low engine oil pressure, hydraulic oil filter service,
glow plug indicator, audible warning of low hydraulic oil lever and
high engine temperature, resettable service engine air filter
indicator. k) Safety: Interlock system that prevents starting of engine
if traction pedal is out of neutral; stops engine if operator leaves
seat or if parking brake is engage with traction pedal out of neutral;
prevents engaging of MOW/4WD if operator is out of seat. Prevents
engagement of mower blades when decks are raised; prevents engagement
of transport mode when MOW/4WD switch is engaged to include break-a-way
wings. l) Electrical System: 12 volt automotive type elctrical system;
single 4D type batter, 1,000 cold craning amps @ 0 degrees F, 55 amp
alternator. Seat switch, PTO and traction interlock system. Overload
protection through automotive type fuses and resettable circuit
breaker. m) Width of Cut: 192" n) Weight: 6,350 lbs (2-4WD), o) Decks:
92" front deck, 59" wing decks, (blades) 5 front and 3 wing, p)
Hydraulic motor; spindle drive 1.00", q) Height Cut: 5.5" high, 1.0
Low, r) 5 hydraulic cylinders, s) 0-1,000 lb weight transfer system, t)
Production: 16.3 acres @ 8.5 mph/9.6 @ 5mph., u) Deck Construction: 10
gauge. REQUIRED DELIVERY DATE: 2 each 10 days after award and the
remaining 30 days after. Delivery shall be made FOB destination (FAR
52.247-34) to Directorate of Public Works, Supply & Storage, Warehouse
6043 East Range Road, Schofield Barracks, Hawaii, 96857-5000. (FAR
42.300-4019). The provisions at FAR 52.212-1, Instructions to
Offerors-Commercial, applies. FAR 52.212-2, Evaluation Commercial
Items, will apply. The Government will award a contract to the
responsible offeror whose offer conforming to the solicitation will be
most advantageous to the Government, price and other factors
considered. As a minimum, the proposal shall contain (1) Descriptive
Literature to determine product acceptability. (2) Listing of past
performance (contract references, include name/address/phone). (3)
Ability to meet delivery schedule. (4) Price. Offerors who fail to
follow the format and requirements listed in 1 through 4 may be found
unacceptable. Proposals will initially be evaluated for product
acceptability. Only proposals with acceptable products will be
considered. Award will be made to the responsible offeror on the basis
of the lowest evaluated price with acceptable past performance and
ability to meet the delivery schedule. The government may award a
contract based on initial offers received, without discussion of such
offers; therefore, initial offer should contain the offeror's best
terms from a cost or price technical standpoint. Offerors must include
with its offer a completed copy of the provisions at FAR 52.212-3,
Offeror Representations and Certifications and DFARS 252.212-7000
Offeror Representation and Certifications-Commercial Items. FAR
52.212-4, Contract Terms and Conditions-Commercial Items is applicable.
FAR 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items applies and includes:
52.203-6, Restrictions on Subcontractor Sales to the Government, with
Alternate I; 52.203-10 Price or Fee Adjustment for Illegal or Improper
Activity; 52.222-26, Equal Opportunity. DFARS 252.212-7001, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items applies and
includes 252.225-7007, Trade Agreements, 252.225-7012, Preference for
Certain Domestic Commodities; 252.247-7024, Notification of
Transportation of Supplies by Sea. Other FAR/DFARS clauses/provisions
applicable: 252.201-7000, Contracting Officer's Representative;
252.203-3, Gratuities; 52.204-4, Printing/Copying Double-sided on
Recycled Paper; 52.204-4, Contractor Identification; 52.204-6,
Contractor Identification Number-Data Universal Number System (DUNS)
Number; 252.204-7001, Commercial and Government entity (CAGE) Code
Reporting; 252.209-7001, Disclosure of Ownership or Control by the
Government of a Terrorist Country; 52.233-2, Service of Protest;
52.225-11, Restrictions on Certain Foreign Purchases; 252.225-7006, Buy
American Act-Trade Agreements-Balance of Payments Program Certificate;
52.232-14, Progress Payments not Included; 52.232-17, Interest;
52.232-33, Mandatory Information for Electronic Funds Transfer
Payments; 52.242-13, Bankruptcy; 52.237-34, F.O.B. Destination.
Descriptive literature may be faxed to (808) 438-1337 or mailed/ hand
carried to the Directorate of Contracting, ATTN: APVG-GKC, Building 520
(Basement) Fort Shafter, Hawaii 96858-5025 NLT than August 31, 1999,
4:00 p.m. Hawaii Standard Time. For information regarding this
solicitation, contact Robert Batangan (808) 438-6535, extension 199.
All offers must be submitted through Electronic Commerce/Electronic
Data Interchange (EC/EDI) through a certified Value Added Network
(VAN). Complete Request for Proposal DAPC50-99-R-6043 may be downloaded
through a certified VAN through the EC/EDI network. No telephonic
requests for the solicitation package will be accepted. Information
regarding getting online to EC/EDI visit the Web page at
http://www.acq.osd.mil/ec/. Completion time is 10/10/99. This
procurement is 100% small business set-aside. A firm is considered to
be a small business if its average number of employees for the past 12
months do not exceed 500. SIC 3524 Lawn and Garden Tractors and Home
Lawn and Garden Tools. Issue date is on or about 08/17/99. Telephone
requests will not be honored. This is a new requirement. No previous
procurement history is available. Posted 08/17/99 (W-SN369175). (0229) Loren Data Corp. http://www.ld.com (SYN# 0294 19990819\37-0001.SOL)
37 - Agriculture Machinery and Equipment Index Page
|
|