Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOLICITATION NOTICE

38 -- Caterpillar D7F/D7G - 20 Inch Tracks and Related Parts for pick up and/or delivery to FMS #12 located at Hayward Wisconsin.

Notice Date
7/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
USPFO for Wisconsin, 8 Madison Boulevard, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-05-T-0003
 
Response Due
7/25/2005
 
Archive Date
9/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for the following commercial items: Caterpillar D7F/D7G, 20 Tracks and Related Parts. A detailed CLIN List can be requested by sending an e-mail to the Contract Specialist listed as the Point of Contact . All items will be picked up and/or delivered to Hayward, Wisconsin 54843. This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcemen t constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a request for quote (RFQ). Submit written offers (ORAL OFFERS WILL NOT BE ACCEPTED) via mail, email or fax. All Statements of Need and Evaluation Factor requirements must be met as they appear in this notice. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect thro ugh Federal Acquisition Circular 2005-04 and Defense Acquisition Circular DCN 2005-0621. North American Industry Classification System (NAICS) code 333120 with a small business size standard of 750 employees applies to this procurement. FOB: Destination f or delivery to FMS #12, 9745N Boys camp Road, Hayward, WI 54843. The provisions at FAR 52.212-1 Instructions to Offerors--Commercial Items, apply to this solicitation. The provisions at FAR 52.212-2 Evaluation-- Commercial Items, apply to this solicitation . The clause at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. Offers will be evaluated based on price and delivery. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implemen t Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR (5)(i) 52.219-6 Notice of Total Small Business Set-Aside, (16) 52.222-21 Prohibition of Segre gated Facilities, (17) 52.222-26, Equal Opportunity, (18) FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, (19) FAR 52.222-36, Affirmative Action for Handicapped Workers, (20) FAR 52.222-37 Em ployment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, (23) 52.225-1 Buy America Act--Supplies. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders ap plicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7001 Buy American Act, Balance of Payment Program, DFARS 52.204-7004 Required C entral Contractor Registration, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated By Reference. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this solicitation. The clause at FAR 52.224-1, Privacy Ac t Notification and FAR 52.224-2, Privacy Act, applies to this solicitation. The provision at FAR 52.215-1, Instructions to Offerors--Competitive Acquisitions applies to this solicitation. The full text of the FAR and DFARS references may be accessed at the following website address: http://farsite.hill.af.mil. Written responses to this Request for Quotation are due back no latter than 2:00 p.m. on Monday, 25 July, 2005. Quotations should be e-mailed to kelly.clark@wi.ngb.army.mil, or faxed to (608) 427-72 79, USPFO for Wisconsin Contracting Office, Attention: Kelly Clark. A period of acceptance must be indicated on the quote and must be valid for 30 days. As an absolute minimum, Vendor quotations will include reference to the solicitation # W912J2-05-T-0 003, any Attachments Requiring Contractor Completion to include 52.212-3 (Reps & Certs)and/or complete the Annual Representations and Certifications electronic ally at the website http://orca.bpn.gov, Contractor/Vendor Name, Address, Point of Contact Telephone & E-Mail, Cage Code, Duns Number and Tax Identification Number (TIN). All prospective Contractors/ Vendors are reminded of the requirement to be CCR regis tered and listed active in the CCR database - with the appropriate NAICS code for this RFQ, prior to the award date. Any absence of the information listed above, or the lack of compliance will cause such quotation to be considered non-responsive and rejec ted. The Government intends to evaluate and award without discussions on this procurement.
 
Place of Performance
Address: USPFO for Wisconsin 8 Madison Boulevard, Camp Douglas WI
Zip Code: 54618-5002
Country: US
 
Record
SN00847412-W 20050716/050714212356 (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.