C. Snow Blade/Pusher (Quantity 3 each): Encompassing a box blade, angle blade, reverse box blade, straight blade. These blades must fit the loader specified quick coupler system. 4 in 1 blade equivalent to Reactor Model Number SB420915, 9'width closed, 15' open width, 34 " moldboard height.
D. Additional Snow Blade Pusher for S770 Bobcat -owner provided (Quantity 1 each): 4 in 1 blade equivalent to Reactor Model Number SB320712, 7' width closed, 12 width open, 30 " moldboard height. This blade must fit a Bobcat S770 with a 7 pin connector and quick disconnect.
2. All items must be new; no used or refurbished items are acceptable. If you wish to quote the attached items, please quote all items, as a contract will be awarded to only one vendor. This acquisition is set aside for Small Businesses per FAR 52.219-6.
3. This is a combined synopsis/solicitation prepared in accordance with the format in 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. This solicitation is being issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97.
3. The provisions at 52.212-1, Instructions to Offerors; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offerors Reps and Certs; apply, along with clauses 52.212-4 Contract Terms and Conditions; and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders. 52.232-18 Availability of Funds. 252.204-7006 Billing Instructions, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Workflow Payment Instructions.
4. The Government will award 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: price, specifications identified above, and delivery. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Offerors shall utilize the attached RFQ document to submit their offer.
5. Delivery is required on or before December 31, 2018. Items will be boxed or secured as appropriate with packing list attached. If you have a delivery fee to ship the items, please include that amount in your grand total. FOB Delivery Locations are as follows:
A. FARGO AFRC & FMS 2, 3920 31St ST N Fargo, ND 58102
Contact: Martin Tonn 701-451-6071 Cell # 701-730-6071
B. Grand Forks Readiness Center & FMS 3, 1501 S 48th ST Grand Forks, ND 58201
Contact: Scott Bergh 701-792-4566 Cell # 701-741-9230
C. RJB Complex FMS 4, 4200 E Divide Bismarck, ND 58504
Contact: Mike Fischer 701-333-3270 Cell # 701-220-6939
6. Sign and date your proposal in the space provided below. Quotes are due no later than 5:00 PM CST on 27 August 2018. Responses may be emailed directly to the point of contact below:
Jeannine Veitz, Contract Specialist
USPFO for North Dakota, P&C
PO Box 5511, Bismarck, ND 58506-5511
Email: [email protected]
7. The ND National Guard is tax-exempt. The applicable NAICS Code is 333131. Quotes must be valid for 60 days.
8. Offerors are reminded that they must have current registration in the System Award Management (SAM) and Wide Area Workflow (WAWF) websites to compete for this acquisition. See www.bpn.gov for more information.
If you have any questions, please contact Ms. Jeannine Veitz at [email protected] or call at 701-333-2223.