Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2002 FBO #0151
SOLICITATION NOTICE

34 -- Diesel Welding Generator

Notice Date
4/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
180 FW/LGC, Base Contracting Office, 2660 South Eber Road, Swanton, OH 43558-9645
 
ZIP Code
43558-9645
 
Solicitation Number
DAHA3302T0011
 
Response Due
5/10/2002
 
Archive Date
6/9/2002
 
Point of Contact
Cynthia Martin, 419-868-4142
 
E-Mail Address
Email your questions to 180 FW/LGC
(cindy.martin@ohtole.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared IAW 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 request ed and a written solicitation will not be issued. The solicitation number is DAHA33-02-T-0011 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquis ition Circular 2001-06, effective 4 Apr 2002. Any amendments to this solicitation will be issued through FedBizOpps. This action will result in a FFP purchase order utilizing simplified commercial acquisition procedures under Full and Open Competition. Thi s is an All or None requirement. This is set aside 100% for small business. Business standard is 500 employees. The NAICS code that applies is 42183. This solicitation contains provisions for Brand Name or Equal IAW FAR 11.107 and 52.211-6. Offerors shall provide a quote for three (3) BOBCAT 225D PLUS; MFG part # 903462 or equal diesel welding generator which is designed for contractors who require reliable onsite welding and power generation from a portable product. Offerors shall clearly identify within t heir quote the item being offered by brand name, if any, make, part number, or model number, cost and unit of issue. The offeror shall include descriptive literature such as illustrations, drawings, catalogs, brochures, or other manufacturing information t hat fully describes the item if not the suggested manufacturer and part number. The offeror shall clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Unless the offeror clearly indi cates in its offer that the product being offered is an ?or equal? product, the offeror shall provide the brand name referenced in the solicitation. FOB is destination to 180th Fighter Wing, 2660 S. Eber Road, Swanton, OH 43558-9645. The items identified w ithin this solicitation shall be delivered on or before 3 Jun 02. Preservation, packing, packaging, and marking shall be IAW customary commercial practices. To be considered for award, offers of or equal products, including equal products of the brand name manufacturer, must meet the physical (size), functional, or performance characteristics of the brand name part numbers described in all listed line. All items shall be covered by a warranty that meets, or exceeds, the warranty provided by the brand name m anufacturers for all line items. The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial. The government will make an award to the responsible offeror whose offer conforming to the solicitation is the lowest price d; FAR clause 52-212-3, Offeror Representations and Certifications-Commercial Items; FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The following additional FAR clauses cited within clause 52.212-5 also apply: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietn am Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor-Cooperation with Author ities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited within clause 252.2 1 2-7001 also apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; and 252.225-7001 Buy American Act and Balance of Payments Program. The following FAR, DFAR, clauses also apply: FAR 52.247-34, FOB Destination; FAR 52.247-35, FOB D estination, Within Consignees Premises; FAR 52.211-6, Brand Name or Equal; FAR 52.247-50, No Evaluation of Transportation Costs; DFAR 252.204-7004, Required Central Contractor Registration; DFAR 252.246-7000, Material Inspection and Receiving Report; DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items. The full text of any clauses incorporated into this solicitation is available upon request from the poin t of contact. Offerors shall include completed copies of the provisions at FAR clause 52-212-3, Offeror Representations and Certifications-Commercial Items, and DFAR clause 252.212-7000 with their offer. Please be advised that this equipment must be delive red by 3 June 2002. If you cannot meet the delivery deadline of 3 June 2002 ? please do not bid on the solicitation. No backordering is authorized of the suggested items. This solicitation is in support of an Enduring Freedom unit activation. For informati on regarding this solicitation, please contact SMSgt Cindy Martin 419-868-4142. All Offers are due by 12:00 PM, EDT, 10 May 02, via facsimile at 419-868-4222, Attn: Cynthia K. Martin, or by other electronic means. The email address is cindy.martin@ohtole.a ng.af.mil.
 
Place of Performance
Address: 180 FW/LGC Base Contracting Office, 2660 South Eber Road Swanton OH
Zip Code: 43558-9645
Country: US
 
Record
SN00068900-W 20020502/020430213350 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.