-Adjustable Vinyl Seats
-All-Wheel Steer
-Automatically Activated Glow Plugs
-Auxiliary Hydraulics
-Variable Flow with dual direction detent
-Beverage Holders
-Bob-Tach
-Boom Float
-Cargo Box Support
-Cruise Control
-Deluxe Operator Canopy includes:
-Front Window, Rear Window ,
-Front Wipers, and Electrical Power Port
-Lower Engine Guard
-Limited Slip Transaxle
-Engine and Hydraulic Monitor with Shutdown
-Front Work Lights
-Full-time Four-Wheel Drive
-Horsepower Management
-Roll Over Protective Structure (ROPS) . Meets Requirements of SAE-J1040 & ISO 3471
-Falling Object Protective Structure (FOPS) . Meets Requirements of SAE-J1043 & ISO3449, Level I
-Dome Light
-Hydraulic Dump Box
-Instrumentation: Hour meter, Job Hours, Speedometer, Tachometer, Fuel Gauge, Engine Temperature Gauge, and Warning Lights
-Joystick, Manually Controlled with Lift Arm Float
-Lift Arm Support
-Parking Brake, automatic
-Power Steering with Tilt Steering Wheel
-Radiator Screen
-Rear Receiver Hitch
-Seat Belts, Shoulder Harness
-Spark Arrestor Muffler
-Suspension, 4-wheel independent
-Tires: 27 x 10.5-15 (8 ply), Lug Tread
-Toolcat Interlock Control System (TICS)
-Two-Speed Transmission
-Machine Warranty: 12 Months, unlimited hours
-Bobcat Engine Warranty: Additional 12 Months or total of 2000 hours after initial 12 month warranty
-Cab Enclosure with Heater & Air Conditioning (M1221-R02-C03)
-29 X 12.5 Turf Tires (M1221-R05-C05)
-Power Bob-Tach (M1221-R12-C02)
It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ.
To receive an award of contract the offeror must be registered in System for Award Management (SAM) database which can be accessed at the website https://sam.gov/portal/SAM
QUOTES WILL BE EVALUATED ON TECHNICAL ACCEPTABILITY AND LOWEST PRICE.
Questions from vendors to Contracting Office due: 04 September, 2019 at 12:00 PM EST.
Questions will be addressed no later than: 05 September, 2019 at 12:00 PM EST.
Quotations due no later than 06 September, 2019 at 3:00 PM EST.
It is the responsibility of the vendor to ensure the quote and questions was received by 171st Contracting Office on time.
The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference:
Provisions:
FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Apr 2019); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005)
Clauses:
FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 2014); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2018); FAR 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212‐1, Instructions to Offerors-Commercial Items (Oct 2018); FAR 52.212‐2, Evaluation-Commercial Items (Oct 2014); FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-Commercial Items (Oct 2018); FAR 52.212‐4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2018); FAR 52.219‐6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222‐21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222‐50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225‐13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233‐3, Protest After Award (Aug 1996); FAR 52.233‐4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Jan 2019); FAR 52.252‐2, Clauses Incorporated by Reference (Feb 1988); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018); DFARS 252.232‐7010, Levies on Contract Payments (Dec 2006); DFARS 252.247‐7023, Transportation of Supplies by Sea (Feb 2019).
Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/browse/index/far.
AMENDMENT LOG:
1) AMENDMENT 001 (03 Sept, 2019) - Added minimum required specs.
All other terms and conditions remain unchanged.