The RFP Database
New business relationships start here

USFWS R7 YKF Snow Machines


Alaska, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

U.S. Fish and Wildlife Service, Anchorage, AK has a requirement for a commercial item or service. This combined synopsis/solicitation is 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 be issued as a reference only. This posting will be referred to under Request for Quotation (RFQ) Number 140F0719Q0018. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) FAC 2019-01 effective December 20, 2018. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis.

Description of Requirements:
The Yukon Flats National Wildlife Refuge is seeking to purchase two snow machines, Ski Doo Expedition LE or Equivalent, to support a lynx capture operation at remote cabin sites in interior Alaska. The following specifications and extras are required to allow safe travel through both deep snow and heavy brush and timber areas. We pull heavy sleds and haul heavy gear on cargo racks and require the ability to ride double when needed. We operate up to 60 miles daily and the machines will receive heavy use for a six-week period. Due to the remote location of use, we require machines with good fuel economy (due to the hardship/high cost of delivering fuel). We operate in temperatures -30 degrees Fahrenheit and colder and require block heaters. We operate in all snow conditions and a wide range of weather conditions between January and April.
Specifications:
-    Engine Displacement 900cc (preferably 4 cylinder 900 ACE)
-    Engine must achieve 21 mpg or greater
-    Engine Type: Liquid cooled 4 stroke
-    Front suspension: RAS3
-    Starter: electric and pull start option if available (installed by factory or dealer)
-    Track: 20 x 154 x 1.5
-    Transmission: reverse required (activation manual, electrical or both)
-    Removable 2 up jump seat
-    High Windshield
-    Deep snow running boards with large openings
-    Rear cargo rack
-    Heavy duty rear bumper capable of towing
-    Fuel tank: minimum capacity of 11.1 gallons
-    Wrap around front bumper with receiver
-    Pilot DS ski liners (black)
-    Heavy duty rear bumper capable of towing 1,200 lbs
-    J hitch installed (not flapper hitch)
-    Engine block heater (installed by factory or dealer)
-    Reversible throttle lever (thumb or finger activated)

Deliverables: Two snow machines, Ski Doo Expedition LE or Equivalent as per the specifications

Invoicing Payment Method: IPP

Government Furnished Equipment: N/A

Required Delivery Date: August 1, 2019

Delivery Information:
Yukon Flats National Wildlife Refuge
101 12th Avenue, Room 264
Fairbanks, Alaska 99701

Competition requirements:
100% Small Business Set-Aside or other

NAICS Code:
336991 Motorcycle, Bicycle, and Parts Manufacturing

Size Standard:
1,000 employees

Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including SAM, Cage Code, DUNS No., and business size/type. In addition, your proposal should provide unit price and total price. No formal format is required as this is a combined synopsis/request for proposal solicitation. Offers must be received by 2:00 pm Alaska DST, May 24, 2019, at the U.S. Fish and Wildlife Service, 1011 E. Tudor Rd, MS-171, Anchorage, AK. Offers received after this date and time will be considered non-responsive in accordance with 52.212-1(f) and will not be evaluated. Emailed quotes are preferable; however, quotes may be mailed, e-mailed or faxed to the attention of:
Shelly Berna, Contracting Officer
Email: shelly_berna@fws.gov
Phone: 907-786-3409
Fax: 907-786-3923

Offerors must comply with all instructions contained in the Invoice Processing Platform (IPP) DOI Electronic Invoicing instructions, and all provisions and clauses in the attached solicitation documentation.

Prospective contractors shall be registered in the SAM database https://www.sam.gov/ prior to award of a contract.

Additional document information and attachments can be accessed at the FedConnect link under the Additional Info heading. Click Public Opportunities and search by using the reference number 140F0719Q0018 to find any documents related to this requirement.

All questions regarding the subject synopsis/solicitation shall be directed to the attention of Shelly Berna via email at shelly_berna@fws.gov or via telephone at (907) 786-3409.

Berna, Shelly

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP