Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

61 -- 61 ? Standby Diesel Generators and Control Equipment for Tajikistan Transmitting Station

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON3606S6224
 
Response Due
8/11/2006
 
Archive Date
8/26/2006
 
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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) SOLICITATION NO. BBGCON3606S6178 IS ISSUED AS A REQUEST FOR PROPOSAL (RFP) AND A CONTRACT WILL BE AWARDED USING THE CONTRACTING BY NEGOTIATION PROCEDURES. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09, dated May 19, 2006. (iv) This is an unrestricted requirement under NAICS Code 335312, Motor and Generator Manufacturing. (v) The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), has a requirement for a Standby Diesel Generator Set with alternative options for the Tajikistan Transmitting Station. (vi) SPECIFICATIONS (Statement of Work): Attachment No. 1, entitled ?PROCUREMENT SPECIFICATION, SECTION 16210, PACKAGED ENGINE GENERATOR AND CONTROL EQUIPMENT? (vii) PERIOD OF PERFORMANCE: Project completion shall be 120 calendar days after issuance of Notice-to-Proceed. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items apply to this solicitation. The following factors will be used to evaluate offers: [1] Offeror?s technical approach of how the work will be planned and performed. [2] Offeror?s qualifications and background, to include detailed information on Offeror?s past performance of similar services. [3] A minimum of three (3) references which include company?s points of contact including address, telephone number/fax number, E-mail address and other relevant information, and [4] Offeror?s proposed price with individual price for alternative options. Technical factors used to evaluate proposals are of equal importance. When combined, technical and price proposals will be approximately equal. (ix) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (x) Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items with its offer. Offers shall be submitted on a SF-1449 signed by an official authorized to bind your organization. The required documents can be accessed by clicking on the following web links: SF-1449: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF FAR Clause 52.212-3: http://www.arnet.gov/far/ha_far.html. Submit to the Contracting Officer two (2) copies of technical, and two (2) copies of price proposal, bound separately. An award may be made without discussion. (xi) The clause at 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition with no addenda to the clause. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, including subparagraphs (b) (3,6,7,8 and 9) applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). (xiii) There are no additional contract requirements necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) There are no numbered notes which apply to this procurement. (xvi) Failure to provide any of the above required items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address {http://www.arnet.gov/far}. Oral proposals will not be accepted. Questions must be submitted in writing by 10 a.m., Eastern Standard Time (EST), on Thursday, July 28, 2006 to the Contracting Officer at the email address or facsimile number provided at the end of this notice. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 2527, Washington, DC 20237 on Friday, August 11, 2006 at 3:00p.m., EST. Proposals submitted by email or by fax will NOT be accepted. (xvii) Contact Wayne Greene, Contract Specialist, Telephone: (202) 619-2339, Facsimile: (202) 260-0855, Email: wgreene@ibb.gov.
 
Record
SN01094619-W 20060723/060721220137 (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.