Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

37 -- John Deere Tractor & Tiger Flail Mower

Notice Date
5/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700405Q0088
 
Response Due
5/23/2005
 
Archive Date
6/23/2005
 
Description
GySgt Heath, D, Contracting Officer. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 and Defense Acquisition Circular 91-13. This action is restricted to small businesses. The NAICS code for this action is 333112. This solicitation contains (2) CLIN?s with the intent of awarding a firm-fixed price contract. The Marine Corps Logistics Command, Albany, Georgia, has a requirement for the following items: CLIN 0001: Two (2) John Deere 6415 Agricultural Tractors with the following options: 2 wheel drive front ! axle, turf tires, ComfortVantage Cab, 85 pto horsepower liquid cooled diesel engine and Synchronized 12/4 transmission. CLIN 0002: Two (2) Tiger Mower T3F-246C Extreme Duty Triple Gang Interstate Flail Mower with the standard equipment. The mower shall be attached to the tractor and will be field ready upon delivery. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine the best value to the Government: Price, Technical Acceptance and Delivery. The following FAR Clauses/Provisions apply: 52.211-11, Liquidated Damages ? Supplies, Services! , or Research and Development; 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Registrations ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases and; 52.232-36, Pa! yment by Third Party); 52.223-6, Drug-Free Workplace; 52.232-8, Discounts for Prompt Payment; 52.233-1, Disputes; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.243-1, Changes Alt II; 52.249-2, Termination for Convenience of the Government (Fixed-Price); 52.249-8, Default (Fixed-Price Supply and Service); 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000, Offeror Representations and Certifications ? Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036 Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002, Request for Equitable Adjustment); 252.243-7001, Pricing of Contract Modifications. Offeror! s responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Registrations ? Commercial Items http://farsite.hill.af.mil/vffara.htm with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register http://www.ccr.gov/ and Wide Area Work Flow http://wawftraining.com/ to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 23 May 2005, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Contract! ing Department, Marine Corps Logistics Command, Albany, Georgia. Email: william.tolleson@usmc.mil. Phone/Fax are respectively: (229) 639-6784/6791.
 
Record
SN00806313-W 20050514/050512212607 (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.