Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

38--WHEEL LOADER, ZBAR, NEW HOLLAND OR EQUAL

Solicitation Number: W911AR82630003
Agency: Department of the Army
Office: Army Contracting Agency, South Region
Location: ACA, Fort Knox
  • Print
:
W911AR82630003
:
Combined Synopsis/Solicitation
:
Added: Sep 20, 2008 12:53 pm
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. W911AR82630003 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is 333112. The small business size standard is 500 Employees. This acquisition is 100% set-aside for small business . This procurement is for a firm fixed price contract. Delivery will be 90 days ADC and FOB Destination. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far.

Scope of Contract: The contractor shall provide commercial mowing equipment equal to the following: If offering equipment other than New Holland, offeror will provide descriptive literature.

1 EACH New Holland 2008/2009 model LW170B Z-Bar Wheel Loader with the following specifications: 6.7L EPA Tier III Compliant Diesel Engine; fully enclosed cab with heat and AC; Galaxy brand or equal 20.5 x 25 L3 Rock Tread bias-ply tires; air ride full suspension seat; 3-way valve with joystick and one lever with terminating at loader arm; optional LH and RH fender steps, ACS quick-coupler with 3.0 Yd GP bucket and bolt-on cutting edge; optional hydraulic cooler with variable speed fan, LTS glide-ride system; cold weather package to include: block and grid heaters, thermal by-pass valve, heavy-duty battery, cold weather breather and synthetic hydraulic fluid; optional AM/FM radio, fire extinguisher, amber rotating beacon.

1 EACH ACS #30/50 wide fork carriage, 92 maximum fork spread, 72 long forks with manual adjustments. Overall width 102.

Equipment will be delivered FOB: Destination to: Directorate of Plans Training and Mobilization, Attn: Jim Henderson, Farmers Motor Pool Bldg 6560, Fort Knox, KY 40121.

The following provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration ; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.212-3 Alt I Offeror Representations and Certifications Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.203-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52 52.222-21, 52-222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225.13, 52.232.33 ; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.209-7001; 252.209-7004; 252.211-7003 Alt I; 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. In paragraph (a) of 252.212-7001, the following apply: 52.203-3 In paragraph (b) of 252.212-7001, the following applies; 252.225-7012, 252.225-7036, 252.232-7003, 252.247-7003. In paragraph (c) of 252.212-7001, the following apply: In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631); and 252.225-7000 Buy American Act Balance of Payments Program Certificate.

Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit an offer on all items will render the offer non-responsive.

Offerors shall include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items and 252.225-7000 Buy American Act Balance of Payments Program Certificate. with its offer. This provision may be obtained at http://www.arnet.gov/far. All responsible sources may submit a quote via email to sharon.crady@us.army.mil or via fax to 502-624-5869. FAX quotations will be accepted.

Point of Contact
Sharon Crady 502-624-8158




:
ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
:
ACA, Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
40121-5000
US
:
Sharon Crady, 502-624-8158

ACA, Fort Knox