Federal Bid

Last Updated on 30 Sep 2016 at 9 AM
Combined Synopsis/Solicitation
Alaska

ARGO Equipment

Solicitation ID W91ZRU-16-T-0041
Posted Date 06 Sep 2016 at 10 PM
Archive Date 30 Sep 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7mu Uspfo Activity Akang 176
Agency Department Of Defense
Location Alaska United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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. All items below are
brand name or equal. If quoting "or equal" items, please include all physical, functional and performance
capabilities. This requirement is a 100% small business set-aside, NAICS 336390.

Please provide a reasonable delivery date, cage code, and tax identification number with your quote.

***NOTE: All parts/accessories must be compatible with an Argo 750 EFI***

0001 - (1) EA- MFR: Kohler; PN: 2508304-S; Air Filter Element (Internal) or equal

0002 - (1) EA- MFR: Kohler; PN: 2508301-S; Primary Air Filter Element (Main) or equal

0003 - (1) EA- MFR: Kohler; PN: LH-775; Aegis® LH775 Motor or equal

0004 - (10) EA- MFR: Argo; PN: 825-52-1; Guide, Track-Nylon or equal

0005 - (1) EA- MFR: Warn; PN: RT 30; Winch or equal

Must have the following salient, physical characteristics:

- Towing Capacity: at least 3000 lbs
- Cable: at least 50 ft aircraft-grade wire rope
- Must be able to fit on the winch stock mount and clear the front brush guard of an Argo 750 EFI ATV

0006 - (1) EA- MFR: Argo; PN: 002905-1C-AVG-A; Replacement Lexan acrylic glass/windshield or equal

0007 - (1) EA: Shipping to JBER, AK 99506

Please include shipping directly to Anchorage AK 99506. Firms that believe that they can provide similar required items must provide supporting evidence to the Contracting Officer. This announcement constitutes the only written notice. Basis for award will be the best value to the Government. In accordance with FAR 52.212-2, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate offers: Technical (item specifications) and Price. The following provisions are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certificates-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions-Commercial Required to Implement Statutes of Executive Orders-Commercial Items. To be eligible for contract award, all contractors must be registered with the System for Award management (SAM) found at https://www.sam.gov/portal/public/SAM/. Payments for the resulting contract will be made through Wide Area Work Flow (WAWF). Contractors can register for WAWF at https://wawf.eb.mil/.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 09 Oct 2009 at 6 PM
Location Unknown 20 Sep 2008 at 2 PM
Location Unknown 18 Aug 2014 at 10 PM
Stennis space center Mississippi 27 Oct 2011 at 12 PM
Mississippi Not Specified

Similar Opportunities

Jber Alaska 25 Jul 2025 at 8 PM
Montrose New york 09 Jul 2025 at 8 PM
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Point reyes station California 10 Jul 2025 at 9 PM