Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2002 FBO #0048
MODIFICATION

W -- CRANE RENTAL

Notice Date
1/17/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-02-T-0211
 
Response Due
1/24/2002
 
Archive Date
2/8/2002
 
Point of Contact
Terri Harmon, Purchasing Agent, Phone 757-688-4504, Fax 757-688-5853,
 
E-Mail Address
harmontj@supship.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION IS AMENDED TO READ AS FOLLOWS- FISC Norfolk intends to lease the following equipment on as needed basis from 1 February 2002 through 30 September 2002: One each 25 Ton Hydraulic Truck Crane One each 40 Ton Hydraulic Truck Crane One each 70 Ton Hydraulic Truck Crane One each Operator per Crane One each Rigger per Crane Two each 5-Ton Jacks Two each 10-Ton Jacks One each Electric Hydraulic Pump Two each 25-Ton Rams Four each 25-Ton Scales One each 40 Foot Flat Bed Truck @ 25 Ton One each Tri-axle low boy 22 Foot well @ 40 Ton Working hours are Monday through Friday 7:00AM until 3:30PM with travel time for first and last day of work. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-02-T-0211; a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk Hampton Roads intends to lease the following equipment: CLIN 0001, 1 Lot which consists of the following Crane Service - (1)25T Hydraulic Crane, (1) 40T Crane and (1)70T Crane, (1)Rigger per Crane plus jacks and rollers to remove heavy material from warehouse to outside with travel time for first and last day of work and (1) truck as needed. Normal Working Hours are Monday through Friday, 0700-1530. Period of Performance: 1 February 2002 through 30 September 2002. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commerical Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2001) Alternate I (OCT 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2001), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2001) within this clause, the following clauses apply: 52.222-21 Prohibitions of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129), 52.215-5 Facsimile Proposals (OCT 1997), FAR 52.232-18 Availability of Funds (APR 1984). The RFQ document N00189-02-T-0180 provisions and clauses which have been incorporated are those in effect through FAC 97-27. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252-204-7004, which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2000) within this clause the following clauses apply: 252.225-7007 Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582), DFAR 252.225-7000 Buy American Act?Balance of Payments Program (SEP 1999), DFAR 252.204-7004 (MAR 2000), Required Central Contractor Registration, (a) Definitions. As used in this clause ? (1) ?Central Contractor Registration (CCR) database? means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) ?Data Universal Numbering System (DUNS) number? means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) ?Data Universal Numbering System +4 (Duns+4) number means the DUNS number assigned by Dun and Bradstreet plus a 4 digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) ?Registered in the CCR Database? means that all mandatory information, including the DUNS number of the DUNS+4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (5) The offeror shall provide its DUNS or if applicable, its DUNS+4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.dlsc.dla.mil. At a minimum, responsible sources should provide this office: a price proposal on letterhead/or an SF1449. Either a price proposal on letterhead or an SF1449 should show the requested service with its unit price, extended price, proposal on letterhead, prompt payment terms, remittance address, Tax ID Number, DUNS Number, CAGE Code. Responses to this solicitation are due by January 24, 2002. Offers can be faxed to 757-688-8432 or mailed to Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert Street, Suite 600, Attn: Terri Harmon, Code 202C, Norfolk, VA 23511-3392. Telephone 757-688-4504. Email address: harmontj@supship.navy.mil. Reference RFQ N00189-02-T-0211 on your proposal.
 
Place of Performance
Address: Williamsburg, VA
Zip Code: 23185
Country: United States
 
Record
SN20020119/00015842-020118090727 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.