Federal Bid

Last Updated on 18 Dec 2012 at 9 AM
Combined Synopsis/Solicitation
Yellowstone national park Wyoming

24--Name Brand or Equal Hustler 3700 Diesel Tractor with attachments

Solicitation ID Q1574123089
Posted Date 06 Jun 2012 at 4 PM
Archive Date 18 Dec 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dsc Contracting Services Division
Agency Department Of Interior The
Location Yellowstone national park Wyoming United states 82190
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is Q1574123089 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 333112 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-21 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Yellowstone National Park, WY 82190

The National Park Service requires the following items, Brand Name or Equal, to the following:
LI 001, The National Park Service Yellowstone National Park North District Grounds Crew needs to purchase a Name Brand or Equal Hustler 3700 Diesel Tractor or Equivalent. All Park Service attachments currently used on our hustler must be able to operate on new piece of equipment. This tractor will be utilized on boardwalk trails. The Tractor must meet the following minimum specifications. o Liquid cooled normally aspirated diesel engine (min HP 35) o Fuel injected in- line indirect injection o Primary and secondary air filter for improved filtration and filter monitor o 12 volt operating system o Power takeoff (PTO) independent type max speed 2209 rpm o Traction type auto 4WD or full time 4WD o Hydrostatic drive type transmission two speed gear axle o Shall have a ground speed maximum of 15 MPH o Forward and reverse pedals o Two range hydrostatic transmission, with cruise control o Hydrostatic power ,tilt and telescoping steering wheel o Wet disc brake system o To insure the safe operation of snow removal on board walk platforms the tractor cannot exceeded these dimensions: length 85 inches X Tractor Width 54 inches X Tractor Height 77 inches o Tractor must have minimum 1.5 foot turn around radius (180 degree) o Suspension seat with fore and aft adjustment, suspension adjustment o Hand operated throttle , ignition switch, Low-Neutral-High-& AWD lock, parking brake, and hydraulic lift o Single beverage holder o Instrument cluster must include hour meter, temp gauge, oil pressure light, glow plug light, audible alarm for high engine temperature /low oil pressure and fuel gauge o 60 inch snow blade with hydraulic cylinders and single hydraulic remote hydraulic cylinder kit for in cab snow blade angling (blade length must be 60 inches for board walk application) o Top of mold board height on snow blade 18 inches mold board metal (11 gauge) 4 vertical ribs and 4 each plow trip springs. o Max snow blade angle 30 degrees , blade width at max angle 52 inches o Standard skid shoes o Cutting edge of snow plow 3/8 thick x 4 inch reversible o Snow plow attack angle 65 degrees o Enclosed Hard cab with heater kit, light kit, and front windshield wiper o Rear Counterweight kit for snow blade and hard cab (100 pound option) o Safety beacon with flasher kit o Tractor must be equipped with auxiliary hydraulic kit Tractor must be equipped with a 2 year 1500 hour chassis warranty and a 3 year 2000 hour engine warranty. Price must include shipping to Yellowstone National Park Mammoth Wyoming 82190, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, National Park Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Park Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid MUST be good for 30 calendar days after close of Buy.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

Bid Protests Not Available

Similar Past Bids

Whiteman air force base Missouri 18 Aug 2008 at 4 PM
Cherokee Oklahoma Not Specified
Mansfield Ohio 12 Sep 2022 at 12 PM
Location Unknown 31 Aug 2011 at 9 PM
Mechanicsburg Pennsylvania 13 Sep 2002 at 5 AM