Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
MODIFICATION

38 -- Install grapple on Government owned crane

Notice Date
9/3/2002
 
Notice Type
Modification
 
Contracting Office
International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-310, El Paso, TX, 79902
 
ZIP Code
79902
 
Solicitation Number
IBM02Q0021
 
Response Due
9/9/2002
 
Point of Contact
Frank Delgado, Contract Specialist, Phone (915) 832-4121, Fax (915) 832-4192,
 
E-Mail Address
frankdelgado@ibwc.state.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/request for quotation (RFQ) is modified to correct the grapple square foot capacity, which previously in the original synopsis/request for quotation erroneously read in part "... 4 ? square foot capacity...," and which is changed to correctly read "...4 1/4 square foot capacity..." This combined synopsis/request for quotation is repeated again herein in its entirety with the corrected square capacity shown, as follows: This is a combined synopsis/request for quotation (RFQ) for the solicitation of commercial items prepared in accordance with the Format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being requested and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2001-08 are incorporated and made part of his RFQ. The solicitation no. is IBM02Q0021 The International Boundary and Water Commission (IBWC), Unites States Section, requires the acquisition of the following commercial items and services in one Lump Sum item: all design, engineering, warranty, parts and parts kits, materials, supplies, equipment, labor, supervision and coordination required for the installation of one each grapple, with a maximum 6000 lbs, 4 1/4 square foot capacity, on a Government owned, truck mounted hydraulic crane, Model TM9120 manufactured by Grove Worldwide. This acquisition is for a firm fixed price contract. Delivery: 100 days or less after receipt of order (desired). F.O.B. Destination, Del Rio, Texas. No drawings, specifications, or schematics are available from this agency. It is the Government's intention to solicit and negotiate only with crane distributors for Grove Worldwide. As the manufacturer of the crane, Grove Worldwide is uniquely qualified to provide design and engineering services, create an installation parts kit material list, and guarantee compatibility between the rock grapple, installation parts kit, and the crane, due to its unsurpassed and proprietary access to the engineering and technical data required. Based on these design and engineering services made available to Grove Worldwide distributors, crane distributors for Grove Worldwide are uniquely qualified to provide the labor, parts and parts kits, supervision, coordination, and warranty to install the rock grapple on the crane. Total compatibility and functionality of parts and components is required in order to fully utilize the rock grapple mounted on the crane. The 2002 North American Industry Classification System (NAICS) code for this acquisition is 333120 for Construction Machinery Manufacturing. The associated small business size standard is 750 employees. Offers are solicited from small business concerns. Offers received from businesses that are not small businesses concerns will not be considered. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 10 days after the date of publication of this synopsis will be considered by the Government. The following FAR clauses and provisions apply to this RFQ. FAR Clause 52.212-4, Contract terms and Conditions-Commercial Items (FEB 2002) is incorporated by reference. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (DEC 2001) applies to this RFQ and the following clauses cited in the clause apply: 52.222-21, Prohibition of segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.). 11246): 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52-222-36. Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212); 52.222-19, Child labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Balance of Payments Program Supplies (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129); 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332), and 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.). Wage Determination: 1994-2521, 25 applies to this RFQ, and is available upon request. FAR Provision 52.212-1, Instructions to Offerors-Commercial (OCT 2000), is incorporated by reference. FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is incorporated by reference, and the following significant evaluation factors, in descending order of importance, shall be used to evaluate offers: 1) total compatibility and functionality of parts and components with Government-owned crane; and 2) Price. Offerors are instructed to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2002), with their proposal. A copy of FAR 52.212-3 will be provided upon request. Copies of FAR clauses/provisions may be accessed via the internet at www.arnet.gov. Offerors must submit the following to be considered for award: 1) a completed copy of FAR Clause 52.212-3; 2) Unit price for 1 ea Lump Sum line item; and 3) Proposed delivery schedule. Mail offerors to International Boundary & Water Commission, U.S. Section; Attn: Frank Delgado, The Commons, Building C, Suite 310, 4171 North Mesa, El Paso, TX 79902. See Notes 1.
 
Place of Performance
Address: Amistad Dam, Star Route 2, Highway 90 West, Del Rio, TX 78840
 
Record
SN00156850-W 20020905/020903213749 (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.