Federal Bid

Last Updated on 17 Aug 2023 at 7 PM
Combined Synopsis/Solicitation
Lavinia Tennessee

CAB TRACTOR FOR THE TNARNG

Solicitation ID W912L723Q1609
Posted Date 17 Aug 2023 at 7 PM
Archive Date 07 Sep 2023 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n1 Uspfo Activity Tn Arng
Agency Department Of Defense
Location Lavinia Tennessee United states 38348

The Tennessee Army National Guard (TNARNG) Purchasing and Contracting office for United States Property and Fiscal Office (USPFO) TN located at 3041 Sidco Drive, Nashville TN 37204 is issuing a Request for Quote (RFQ) for a commercial, single award contract.  This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR subpart  12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this requirement is 333112 Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing with a small business size standard of 1,500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 with an effective date 06/02/2023. This solicitation is set-aside in totality to Small Business entities IAW FAR 19.502. The Government intends to award a Firm Fixed Price contract. All responsible sources may submit an offer, which shall be considered by this Agency. 

Requirement Summary
The Tennessee Army National Guard’ Volunteer Training Site-Milan, (located in Lavinia, TN), requires the procurement and delivery of ONE (1) CAB TRACTOR to support grounds maintenance requirements. Item description, units of measure and required salient characteristics are provided below.
Requirement: Supply

Materials/Handling: Contractor provides materials and handling equipment for item delivery.

Free On Board (FOB): Destination

After Receipt of Order (ARO): 90 Calendar Days or less from Date of Award Preferred

Shipping Information
VTS-Smyrna
ARNG-Tennessee
ATTN: SFC Bobby Lawrence
325 Arsenal Lane
Lavinia, TN 38348-2605
Quotes must be itemized to coincide with the table provided below.

See Salient Characteristics Listed Below

Table 1:
Line Item          Quantity        Unit          Description                                                                 
0001                   1.00                Each          Cab Tractor  
0002                   1.00                Each          Delivery (See Materials/Handling and Shipping Information above)

Salient Characteristics
MUST HAVE A MINIMUM 150 HORSEPOWER
MUST HAVE STANDARD CAB WITH RIGHT HAND CONSOLE
MUST HAVE MIRRORS – MANUAL TELESCOPIC
MUST HAVE AM/FM RADIO
MUST HAVE AT LEAST 3 MECHANICAL SELECTIVE CONTROL VALVES (SCVs)
MUST HAVE HYDRAULIC PUMP [114 Litres per min] (L/MIN))
HAVE AT MINIMUN REAR POWER TAKE-OFF– 540/1000 REVOLUTIONS PER MINUTE (RPM)
MUST HAVE REAR WHEEL SIZE AT LEAST 460/85R 38
MUST HAVE FUEL TANK BOTTOM GUARD
MUST HAVE DUAL BEACON LIGHTS
MUST HAVE BACKUP ALARM
MUST HAVE FRONT BASE WEIGHT AT LEAST – 60KILOGRAMS (KG)
MUST HAVE WEIGHT, FRONT SUITECASE 43KG (95 POUNDS) 10 EACH
HAVE AT A MINIMUM FUEL CAPACITY OF 70 GALLONS
HAVE AT LEAST 6.8 LITRE, SIX-CYLINDER TURBOCHARGED DIESEL ENGINE
MUST HAVE AIR CONDITIONING
HAVE A MINIMUM 30.0 GALLONS PER MINUTE (GPM) HYDRAULIC PUMP FLOW
HAVE A MINIMUM HEIGHT OF 110 INCHES
HAVE A MINIMUM WHEELBASE OF 105 INCHES
HAVE A MINIMUM WEIGHT (MINUS ADDITIONAL SUITCASE WEIGHT) OF 14,000 POUNDS
HAVE A MINIMUM 16 FORWARD AND 16 REVERSE TRANSMISSION
MUST HAVE AT LEAST 1 YEAR OR MORE WARRANTY
DELIVERY TO MILAN TRAINING CENTER
DELIVERY SCHEDULE: 90 DAYS ARO PREFERRED

Instructions
The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and is included in full text within this combined synopsis/solicitation.
Quotes are due into this office no later than 23 August 2023 at 10:00 AM Central Standard Time. Questions are due into this office no later than 18 August 2023 at 10:00 AM Central Standard Time. Submit quotes and questions via email to the point of contact referencing this solicitation, Justin McQueen at [email protected].

Vendor must submit quote on time via email to [email protected]. Please refer to Evaluation factors for more information regarding evaluation of offers.
When submitting a quote, vendor must include with their quote the following information:

A completed copy of the provision at 52.212-3, Offeror Representations and Certifications -Commercial Products and Commercial Services must be included (see attached blank pdf copy)
Unique Entity Identifier
Tax Identification Number
CAGE Code Number
Delivery Schedule must be included
Descriptive literature, (or clear reference to furnished descriptive data), containing the following: item Salient Characteristics, item brand name/s, item part and/or model numbers, country/place of manufacture, item photos for reference, warranty information and any other pertinent information
POC Information

The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52-212-3, Online Reps and Certifications, FAR 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.


Evaluation Factors
The provision at FAR 52.212-2 Evaluation-Commercial Products and Commercial Services applies to this acquisition and is included in full text within this combined synopsis/solicitation.

52.212-2 Evaluation—Commercial Products and Commercial Services

(a) The Government will award a contract 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 factors shall be used to evaluate offers:


(i) Technical – To be considered for award process, vendor must submit offer on time. The following sub-factors are considered in this buy: (1) offers must meet or exceed the salient characteristics specified in this solicitation. (2) Vendor must clearly identify the item by:  Brand Name, if any; and Part number or model number; country or place of manufacture; include descriptive literature, to include salient characteristics of the item, or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer. Include also pictures for reference. (3) Must be active in SAM; (4) delivery schedule; (5) warranty information (reference 52.246-17 included in the attached solicitation document).

(ii) Price- All charges must be inclusive including shipping if any.

(iii) Past Performance. Within 3 years Past performances. The Government will use FAPIIS/CPARS for Past Performance evaluation(s). Past Performance will be evaluated in accordance with the Federal Acquisition Regulation (FAR) subpart 15.305(2).
Technical and past performance, when combined, are approximately equal to cost or price.

(b) Options. (Not Applicable) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.   
                                                                                       (End of provision)
CLAUSES INCORPORATED BY REFERENCE
        
52.204-7      System for Award Management    OCT 2018
52.204-13    System for Award Management Maintenance    OCT 2018
52.204-16    Commercial and Government Entity Code Reporting    AUG 2020
52.204-18    Commercial and Government Entity Code Maintenance    AUG 2020
52.204-19    Incorporation by Reference of Representations and Certifications.    DEC 2014
52.204-23    Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other
Covered Entities.    JUL 2018
52.204-25    Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.   NOV 2021
52.204-26    Covered Telecommunications Equipment or Services—Representation  OCT 2020
52.204-27    Prohibition on a ByteDance Covered Application   JUN 2023
52.209-10    Prohibition on Contracting With Inverted Domestic Corporations    NOV 2015
52.212-3      Offeror Representations and Certifications-Commercial Products and Commercial Services    MAY 2022
52.232-39    Unenforceability of Unauthorized Obligations    JUN 2013
52.232-40    Providing Accelerated Payments to Small Business Subcontractors    DEC 2013
52.233-4      Applicable Law for Breach of Contract Claim    OCT 2004
252.203-7000    Requirements Relating to Compensation of Former DoD Officials    SEP 2011
252.203-7002    Requirement to Inform Employees of Whistleblower Rights    SEP 2013
252.203-7005    Representation Relating to Compensation of Former DoD Officials    NOV 2011
252.204-7003    Control Of Government Personnel Work Product    APR 1992
252.204-7008    Compliance With Safeguarding Covered Defense Information Controls    OCT 2016
252.204-7012    Safeguarding Covered Defense Information and Cyber Incident Reporting     DEC 2019
252.204-7015    Notice of Authorized Disclosure of Information for Litigation Support    MAY 2016
252.204-7016    Covered Defense Telecommunications Equipment or Services -- Representation    DEC 2019
252.204-7017    Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation    MAY 2021
252.204-7018    Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services    JAN 2021
252.204-7019    Notice of NIST SP 800-171 DoD Assessment Requirements    MAR 2022
252.211-7003    Item Unique Identification and Valuation    MAR 2022
252.225-7001    Buy American and Balance of Payments Program    JUN 2022
252.225-7048    Export-Controlled Items  JUN 2013
252.225-7059    Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation JUN 2023
252.225-7060    Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023              
252.232-7003    Electronic Submission of Payment Requests and Receiving Reports    DEC 2018
252.232-7010    Levies on Contract Payments    DEC 2006
252.244-7000    Subcontracts for Commercial Items    JAN 2021
(see attached Solicitation document for Clause Incorporated by full text) 

Bid Protests Not Available

Similar Past Bids

Lavinia Tennessee 15 Aug 2023 at 6 PM
Lavinia Tennessee 15 Aug 2023 at 6 PM
Lavinia Tennessee 30 May 2025 at 7 PM

Similar Opportunities

Location Unknown 29 Jan 2026 at 5 AM (estimated)
Location Unknown 28 Jul 2025 at 4 PM
Location Unknown 25 Nov 2025 at 5 AM (estimated)
Location Unknown 27 Dec 2025 at 5 AM (estimated)