Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413

Directorate 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