Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

23 -- Self-Loading Reel Trailer

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-05-T-0018
 
Response Due
2/2/2005
 
Archive Date
4/3/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as suppleme nted with additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplif ied Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal t o offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27 dated 22 December 2004 and Defense Federal Acquisition Regulation (DFAR) Supplement, 1998 edition, current to DCN 20041215. The awarded contract will be firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. This commercial item acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 333924 with a size standard of 750 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html The proposal shall consist of o ne Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: Self-Loading Reel Trailer (Sherman and Reilly 72/120-12K). The Self-Loading Reel Trailer Specifications and CSS are located at the U.S. Army Contracting Agency Yuma we b site www.yuma.army.mil/contracting/rfp.html If you provide a quotation for other than the Brand Name specified for the trailer you must provide technical information and/or descriptive literature about the product you propose so that a technical determin ation can be made in the review process. All proposals shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. All proposals shall be clearly marked with Req uest for Proposal number W9124R-05-T-0018 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 2 February 2005, Noon Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil no later than 27 January 2005, 3:00 PM MST. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jan 2005). Note: In order to complete the Representations and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referenced clause, copy and paste it to a Word Document and complete FAR prov ision 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005) with Alternate I (Apr 2002). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). FAR 52.211-16 Brand Name or Equal (Aug 1999). FAR 52.247-34 FOB Desti nation (Nov 1991). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) te chnical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most imp ortant evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will be reviewed for compliance with the Specifications. Past performance will then be evaluated for all offerors whose techn ical proposal has been determined acceptable. Price will then be evaluated for offerors whose technical proposal and past performance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritorious t echnical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided s ame or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jan 2005) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Auth orities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 200 1), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer  Cent ral Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004) applies to this acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00739067-W 20050126/050124211903 (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.