Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2002 FBO #0175
MODIFICATION

39 -- mobile dock ramps

Notice Date
5/24/2002
 
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-0564
 
Response Due
6/7/2002
 
Archive Date
6/22/2002
 
Point of Contact
Diane Miller, Purchasing Agent, Phone 757-887-4982, Fax 757-887-4484,
 
E-Mail Address
millerdd@nwsy.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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-0564 a subsequent solicitation document will not be issued. Acquisition Department at Fisc Norfolk, Yorktown Detachment intends to purchase the following items: (1) 2 each Magline Model MG308436 Mobile Dock Ramps for loading and off loading trucks via forklift. All aluminum construction with steel grating, 30,000 lb. capacity. 84" overall width (75" usuable), 36 ft. overall length with 6 ft. level off. 2" bore cylinders or greater. 18" x 5" mold on rubber tires. Must have a towing hitch and towbar, safety anchor chains, 6" curbs painted alert orange or bright yellow. Raised lip height of 63 inches and a lower lip height of 37" or equal. One of these ramps will be shipped to Goose Creek, SC 29445-8601 and one will be shipped to Norfolk, Va 23511-2006. (2) 1 ea. Magline Model MG308438 mobile dock ramp for loading and off loading trucks via forklift. All aluminum construction with steel grating. 30,000 lb. capacity. 84" overall width (75" usable) 38 ft. overall length with an 8 ft. level off. 2" bore cylinders or greater. 18" x 5" mold on rubber tires. Must have a towing hitch and tow bar. Safety anchor chsains. 6" curbs painted alert orange or bright yellow. Raised lip height of 63" and a lower lip height height of 37" or equal. This item will ship to Norfolk, Va 23511-2006. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2002) ALTERNATE I (apr 2002), far 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002) FAR 52.212-5 Contract Terms and ConditionsRequired to Implement Statutes or Executive Orders (DEC 2001) within this clause, the following clauses apply: 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.232-36 payment by Third Party (31 USC 3332) FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document (N00189-02-T-0564 provisions and clauses which have been incorporated are those in effect through FAC 2001-07. 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 (NOV 2001) within this clause the following clause apply: 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998) (41 USC 10a-10d, E.O. 10582, 252.225-7007 Buy American Act-Trade Agreements-Balance of Payments Program (SEP 2001) (41 USC 10a-10d) 19 USC 2501-2518 and 19 USC 3301 note) DFAR 252.225-7000 Buy American Act-Balance of Payments Program (SEP 1999) DFAR 252.204-7004 (NOV 2001) required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD resporitory for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit numbere assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Univeresal Numbering System +4 (DUNS +4) number means the Duns number assigned by Dun sand Bradstreet plus a 4-digit suffix that may be assigned by parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business conceren 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 or 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 solicitsation, except for awards to foreign vendors for work to be performed outside the United States. (2) 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. (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD 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 registeredin the CCR database after 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 a SF1449. Either a price proposal on letterhead, or a SF1449 that should show the requested items; with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax ID #, Duns #, CAGE code. Responses to this solicitation are due by 06/07/02 at 16:30 (4:30 P.M.) Offers can be e-mailed to millerdd@nwsy.navy.mil or faxed to 757-887-4484 to the attnetion of Dee Dee Miller. Reference RFQ N00189-02-T-0564 on your proposal.
 
Place of Performance
Address: FISC NORFOLK, YORKTOWN DETACHMENT, NAVAL WEAPONS STATION, YORKTOWN, VA
Zip Code: 23691-0140
Country: USA
 
Record
SN00083101-W 20020526/020524213246 (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  © 1994-2020, Loren Data Corp.