Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOLICITATION NOTICE

23 -- Trailer Mounted Z-Boom/Lift

Notice Date
8/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-F1390021970100
 
Response Due
9/5/2002
 
Point of Contact
Jesse Hardy, Contract Specialist, Phone (843) 963-5162, Fax (843) 963-2850, - Anna Urrutia, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829,
 
E-Mail Address
Jesse.Hardy@charleston.af.mil, Anna.Urrutia@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 not be issued. This solicitation/synopsis reference number F1390021970100 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 421810 with a 100 employee size standard. Contractors shall submit a lump sum proposal for a Genie Trailer Mounted Z-Boom (TMZ 50/30) or a product that is equivalent (See Specifications Below). This requirement is not currently funded. Award will be made if funds become available. Pricing must be valid through 30 Sep 02. All responsible sources may submit a quotation, which shall be considered by the agency. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes for the total price for the requirement. Technical and price factors, when combined, are equal. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item, FAR 52.212-4 Contract Terms and Condition?Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement: DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414; DFAR 252.246-7000 -Material Inspection And Receiving Report; FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; FAR 52.211-17 -Delivery of Excess Quantities). Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 5 September 2002 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1390021970100 and addressed to Jesse Hardy, Contract Specialist, Phone 843-963-3327, fax 843-963-5183/2850, email address jesse.hardy@charleston.af.mil or Anna Urrutia, Contracting Officer, Phone 843-963-5157, email address anna.urrutia@charleston.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://437contracting.charleston.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov. All responsible sources may submit a quotation, which shall be considered by the agency. SPECIFICATIONS: Working Height-50 ft, Platform Height-56 ft, Height stowed-78 in, Length Stowed-22 ft. Width-65 in, Ground Clearance-10 in, Platform Length-30 in, Platform Width-43 in, Platform Railing Height-43 in, Toeboard Height-7 in, Toeboard Entry Height-4 in, Entry Height-20 in, Horizontal Reach from Pivot- 30 ft, Horizontal Reach from Edge of Outrigger Footpads-23 ft, Outrigger Footprint Width-14 ft. Outrigger Type-Hydraulic, Leveling Capability 10 Degree, Lift Capacity: ANSI, CE-500 lbs, CSA Models with Platform Rotation Option 440 lbs, Turntable Rotation- 360 degrees non-continuous, Towing Speed Rating-60 mph, Power Sources-24 v (4 6v 250AH Batteries), HATZ Diesel 7 hp, Tongue Weight 400 lbs, Machine Weight: ANSI CE-4600 lbs, CSA 4850 lbs.
 
Place of Performance
Address: Charleston, AFB
Zip Code: 29404
 
Record
SN00150128-W 20020828/020826213516 (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.