Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2002 FBO #0285
SOLICITATION NOTICE

23 -- SYNOPSIS/SOLICITATION FOR STRADDLE CARRIER

Notice Date
9/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Tooele Army Depot, ATTN: SMATE-CD Contracting Office, Building 501, Tooele, UT 84074-0839
 
ZIP Code
84074-0839
 
Solicitation Number
DAAA14-02-T-0135
 
Point of Contact
Paula Kramer, 435-833-5063
 
E-Mail Address
Email your questions to Tooele Army Depot
(kramerp@tooele-emh2.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 17(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotatio ns are being requested and a written solicitation will not be issued. 17(ii) The Solicitation Number is DAAA14-02-T-0135 is being issued as a request for quotation (RFQ). 17(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09 and DFARS Change Notice 20020730. 17(iv) This acquisition falls under North American Industry Classification System (NAICS) Code 336212 Truck Trailer; The small business size standard is 500. The Gove rnment intends to negotiate on a sole source basis iaw FAR 6.302-1, Only one responsible source and not other supplies or services will satisfy agency requirements with Carrier Transport, Inc., 1008 North First Street, Yakima, Washington 98901, Phone Numbe r (509) 452-0136. 17(v) This acquisition is for a firm-fixed price IDIQ requirement purchase order with two (2) option years. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders. This solicitation contains si x (6) Contract Line Item Numbers (CLINs). These items include all Carrier Transport model numbers. 17(vi) CLIN 0001 Base Year, Straddle Carrier Semi-Trailer Model No. S32HM24 (min qty 1 ea, max qty 4 ea); CLIN 0002 Base Year, Operation and Maintenance Ma nual (min qty 1 ea, max 4 ea), Not Separately Priced; CLIN 0003 Option Year One, Straddle Carrier Semi-Trailer Model No. S32HM24 (estimated qty 1 ea); CLIN 0004 Option Year One, Operation and Maintenance Manual (estimated qty 1 ea), Not Separately Priced; CLIN 0005 Option Year Two, Straddle Carrier Semi-Trailer Model No. S32HM24 (estimated qty 1 ea); CLIN 0006 Option Year Two, Operation and Maintenance Manual (estimated qty 1 ea) Not Separately Priced. 17(vii) Delivery is required to be made within 90 cale ndar days after the effective date of each individual delivery order; Place of delivery, inspection and final acceptance is Tooele Army Depot, Building 503, ATTN: Gary Hoy, (435) 833-2621, Tooele, Utah 84074-5000. FOB Destination. 17(viii) The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition and is hereby incorporated by reference. 17(ix) Any award to be made will be made to the technically acceptable responsible offeror who offers the lowest price. 17(x) Offeror sh all include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. 17(xi) The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisi tion and is hereby incorporated by reference. 17(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items and the following FAR clauses cited in the clause are applicable to this so licitation and any resultant contract: (a)(1) 52.222-3, Convict Labor, (a)(2) 52.233-3, Protest after Award, (b)(1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (11) 52.222-21, Prohibition Segregated Facilities, (12) 52.222-26, Equal Opportunity, (13) 52.222-35, Affirmative Action for Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans, (14) 52.222-36, Affirmative Action for Workers with Disabilities, (15) 52.222-37, Employment Reports on Disabl ed Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, (28) 52.247-64, Preference for Privately-Owned U.S. ? Flag Commercial Vessels, 17(xiii) Additiona l contract terms and conditions applicable to this procurement are: (i) 52.216-18, Ordering, (ii) 52-216-19, Order Limitations, (iii) 52.217-9, Option to Extend the Term of the Contract, (iv) 52.216-22, Indefinite Quantity, (v) 52.247-34, F.O.B. Destination, (vi) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial It ems is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (a) 52.203-3, Gratuities, (b) 252.225-7001, Buy American Act and Balance of Payments Program, 252-225-7007, Buy American Act?Trade Agr eements-Balance of Payments Program, 252-225-7012, Preference for Certain Domestic Commodities, 252-227-7015, Technical Data?Commercial Items. The clauses are incorporated by reference with the same force and effect as if they were given in full texts. F AR and DFARS clauses may be accessed electronically in full text at http://farsite.hill.af.mil/reghtml/regs respectively. 17(xiv) The Defense Priorities and Allocations System (DPAS) assigned rating for this procurement is C9E. 17(xv) See Note 22. 17(xvi ) Capabilities and offers must be received at or before 4:30 pm, October 24, 2002. 17(xvii) Capabilities and offers must be submitted to Tooele Army Depot, Contracting Officer, P.O. Box 839, Building 1005, Tooele, Utah 84074-0839, ATTN: Paula K. Kramer, C ontracting Officer, (435) 833-5063.
 
Place of Performance
Address: Tooele Army Depot ATTN: SOSTE-CD Contracting Office, Building1005 Tooele UT
Zip Code: 84074-0839
Country: US
 
Record
SN00163650-W 20020913/020911213757 (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.