Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

36 -- Rental of Light Towers

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-04-T-0072
 
Response Due
8/31/2004
 
Archive Date
10/30/2004
 
Point of Contact
Gloria D. Jones, 601-313-1566
 
E-Mail Address
Email your questions to USPFO for Mississippi
(gloria.jones5@ms.ngb.army.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 number W9127Q-04-T-0072 is issued as a Request for Quote. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 01 -24. This solicitation is a 100% total small business set aside. NAICS for determination of size status is 335122, Small Business Standard is 500 employees. CLIN 0001 Light Towers, rental of 32 each light towers, diesel powered 4-6 KW  4 lamp, towable units. Must quote a monthly lease price, which includes any environmental recovery fees and maintenance. CLIN 0001 will be for rental for the remainder of Fiscal Year 2004 which ends September 30, 2004. CLIN 0002, 12 month period from October 1, 2004 t o September 30, 2005. Payment will be made in arrears and will be made after receipt of a properly certified invoice. Payment maybe made by use of a Government payment (credit) card. The light towers shall be delivered by the successful Contractor to Cam p Shelby, Mississippi. The following clauses apply. FAR 52.212-1, Instructions to Offerors; FAR 52.212-2, Evaluation of Offers, FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implem ent Statutes or Executive Orders, the following provisions apply, 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated F acilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era, 52.222-37, Employment Reports on Disabled Veteran s and Veterans of the Vietnam Era, 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration, 52.232-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clauses are FAR 52.247-34 FOB Des tination, 52.217-9, Option to Extend the Term of the Contract. The total duration of this contract, shall not exceed September 30, 2005. 52.232-19, Availability of Funds for the Next Fiscal Year, FAR 52.217-5, Evaluation of Options, FAR 52.217-8, Option t o Extend Services. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. APPLICABLE DFARS CLAUSES are 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Co nditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items; the following provisions apply 252.225-7001 Buy American Act and Balance of Payments Program and 252.225-7012, Preference for Certain Dom estic Commodities. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation. Evaluation criteria will be based on lowest price and ability to delivery in the shor test period of time. Due to the urgent need of this requirement, the proposal is due no later than 1:00 P.M., 31 July 2004 to USPFO-MS-PC, Attn: Gloria Jones, 144 Military Drive, Jackson, MS 39232-8860. Proposals may be emailed to gloria.jones5@ms.ngb.ar my.mil or faxed to 601-313-1569 (email is the preferable method). CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. The Contracting Offices web site is located at http://www.ngms.state.ms.us/uspfo/.
 
Place of Performance
Address: Camp Shelby 1001 Lee Ave Camp Shelby MS
Zip Code: 39407-5500
Country: US
 
Record
SN00653853-W 20040827/040826075347 (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.