Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

39 -- RECONDITIONED USED FORKLIFT, DIESEL FUEL, 65,000 LBS OR LARGER, TEN YEARS OR LESS WITH NO MORE THAN 4000 ENGINE HOURS

Notice Date
3/22/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
28547-8368
 
Solicitation Number
M6700106Q0052
 
Response Due
3/29/2006
 
Archive Date
6/12/2006
 
Point of Contact
MIMI ROBINSON 9104513014 TRACY FULKS (910)451-1571
 
E-Mail Address
Mimi Robinson
(mimi.robinson@usmc.mil)
 
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. Solicitation number M67001-06-Q-0052 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07, effective 02 Feb 2006 and Change Notice DCN # 20060223. This acquisition is reserved as a 100% set-aside for small business. The associated NAICS code is 423830 and small business size standard is 500 employees. CLIN 0001 reconditioned used forklift, diesel fuel, 65,000 lbs or larger, ten years or less with no more than 4000 engine hours, maintenance records must be provided. Please see attached document for specifications and salient characteris! tics. Delivery is to be no later than two (2) weeks after receipt of order (ARO). Delivery is to be FOB destination Marine Corps Logistics Base Albany, GA. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition, Response to this Request for Quote will be evaluated using the following factors: (i) ability of the offeror to meet the minimum requirements of the Government as stated in Attachment 1 (ii) delivery and (iii) relevant and satisfactory past performance. The Government intends to make award to the low price technically acceptable responsive/responsible offeror that possesses a satisfactory performance record. Offerors are to submit three (3) relevant past performance references with their proposal. The Government reserves the right to exclude an offer from further evaluation and consideration for award, if (1) the price is determined not to! be fair and reasonable based on the Government’s independent estimate or a market survey, or (2) it is evaluated as technically unacceptable and which, in the Contracting Officer’s determination, cannot reasonably be made acceptable through discussion. The Government may reject any, or all, offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this ! acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Applicable clauses cited in 52.212-5 that apply are 52.203-6 Alt I, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. Additional FAR clauses applicable to this acquisition are: 52.212-3 ALT I, 52.203-12, 52.204-4, 52.232-17, and 52.242-13. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Numbered Note 1 applies. The following DFARS clauses are applicable to this acquisition: 252.225-7000, Buy American Act--Balance of Payments Program Certificate. 252.225-7035, Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate. 252.212-7000, Offeror Representations and C! ertifications--Commercial Items. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additional DFARS clauses cited in 252.212-7001 that are applicable to the acquisition are 252.204-7003, 252.209-7004, 252.225-7001, 252.232-7003, 252.243-7001, and 252.243-7002. The provision at 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country applies to this acquisition. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAW! F-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit quotes by mail to Contracting Division, Attn: Mimi Robinson, P.O. Box 8368, Camp Lejeune, NC 28547-8368 or courier delivery at Contracting Division, Bldg 1116, Camp Lejeune, NC 28547 or via facsimile (910-451-2331). Mimi Robinson at (910) 451-3014 or Tracy Fulks at telephone number (910) 451-1571 can be contacted for information regarding the solicitation. Quotes are due by 29 March 2006 at 3:00 PM ET. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-MAR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-MAY-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/USMC/M67001/M6700106Q0052/listing.html)
 
Record
SN01046805-F 20060513/060511223424 (fbodaily.com)
 
Source
FedBizOpps 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.