Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOLICITATION NOTICE

54 -- Forklift Ramp

Notice Date
7/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-F1M3A25154A200
 
Response Due
8/9/2005
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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. Quotations are being requested and a written solicitation will not be issued. (ii) The synopsis/solicitation, reference number F1M3A25154A200, is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. (iv) This acquisition is solicited unrestricted. The associated NAICS code is 332312. (v) Basic Requirement consist of providing a 20 Foot Forklift Ramp with 50,000 LB capacity, MFR: WM Manufacturing, Model Number: 20-30 or equal. (vi) All responsible business sources may submit a quotation, which shall be considered and evaluated by the agency. (vii) The following provisions and clauses are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/vffara.htm (viii) FAR 52.204-7 ?Central Contractor Registration; FAR 52.212-1 ?Instructions to Offerors-Commercial. (ix) FAR 52.212-2 ?Evaluation-Commercial Items Evaluation. The following factors shall be used to evaluate offers: (1) Price & Price related factors and (2) Past Performance. The Government will initially evaluate offers for award purposes by ranking them in order of total price starting with the lowest offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the government, price and other factors considered. The government reserves the right to award to other than the lowest offeror. (x) Contractors shall include a completed copy of FAR 52.212-3 ?Offerors Representation and Certifications-Commercial Item with quote. (xi) FAR 52.212-4 ?Contract Terms and Condition - Commercial Items (xii) FAR 52.212-5 ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following clauses applying from paragraphs (b) and (c); FAR 52.222-3 --Convict Labor; FAR 52.222-19 ? Child Labor?Cooperation With Authorities and Remedies; FAR 52.222-21 ?Prohibition of Segregated Facilities; FAR 52.222-26 ?Equal Opportunity; FAR 52.222-35 ?Affirmative Action for Disable Veterans and Veterans of the Vietnam Era; FAR 52.222-36 ?Affirmative Action for Workers With Disabilities; FAR 52.222-37 ?Employment Reports On Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33 ?Payment by Electronic Funds Transfer?Central Contractor Registration. (xiii) The following additional clauses are also applicable to this procurement: FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.222-22 ?Previous Contracts and Compliance Reports; FAR 52.253-1 ?Computer Generated Forms. (xiv) The The following DFARS provisions and clauses are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/VFDFARA.HTM . (xv) DFARS 252.204-7003 ?Control Of Government Personnel Work Product; DFARS 252.204-7004 Alt A ?Required Central Contractor Registration Alternate A; (xvi) DFARS 52.212-7001 ?Contract Terms and Conditions Required to Implement Statutes Or Executives Applicable To Defense Acquisitions Of Commercial Items with the following clauses applying from paragraphs (a) and (b); DFARS 252.225-7001 ?Buy American Act and Balance Of Payments Program; DFARS 252.225-7016 ? Restriction on Acquisition of Ball and Roller Bearings; DFARS 252.232-7003 ?Electronic Submission of Payment. (xvii) The following additional DFARS clauses are also applicable to this procurement: DFARS 252.225-7000, Buy American Act- Balance of Payments Program Certificate; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.246-7000 ?Material Inspection and Receiving Report. (xviii) Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD Form 250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of Payment Requests. The WAWF routing information will be provided upon award. (xviv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 9 Aug 2005 no later than 2:30 PM Eastern Standard Time. (xx) Requests should be marked with reference number F1M3A25154A200 and addressed to TSgt Evelyn Stephens, Contract Specialist, phone 843-963-5162, fax 843-963-5183, email address evelyn.stephens@charleston.af.mil or Gregg A. Anderson, Contracting Officer, phone 843-963-5169, email address gregg.anderson@charleston.af.mil. (xxi) For More Business Opportunities, visit the following web sites: http://www.selltoairforce.org, http://public.charleston.amc.af.mil/orgainzations/437AW/437MSG/437CONS/index.htm and http://www.sba.gov.
 
Place of Performance
Address: 113 S. Bates Street, Bldg 178, Charleston AFB SC
Zip Code: 29404
Country: USA
 
Record
SN00854855-W 20050728/050726212228 (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.