Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
MODIFICATION

24 -- Caterpillar Multi-Terrain Skid Steer Loader 287B

Notice Date
9/6/2006
 
Notice Type
Modification
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-06-T-0005
 
Response Due
9/14/2006
 
Archive Date
11/13/2006
 
Point of Contact
Rich Hennequant, 678-569-6218
 
E-Mail Address
USPFO for Georgia
(Richard.Hennequant@ga.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
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. The Combined Synopsis/Solicitation is W912JM-06-T-0005. This is a firm fixed price requirements type contract for one (1) Caterpillar Multi-Terrain Skid Steer Loader 287B with accessories brand name only. Skid Steer Loader shall have a Tier II compliant engine, manual quick coupler, vinyl seat, polycarbonate cab door, Air conditioner with heater/defrost, heavy duty 880 amp battery, self leveling system, headliner, sliding side window, floor mat, debris barrier, cup holder, loader bucket, 78 edge, BH160 Backhoe with auxiliary hydraulics, 24 4.2 cubic ft backhoe bucket, 55 backhoe bucket, Manual pin grabber/quick coupler, bucket pins. The following clauses will apply: 52.204-7 Central Cont ractor Registration, 52.211-6 Brand Name or Equal, 52.212-1 Instructions to OfferorsCommercial Items, 52.212-3 ALT 1 Offeror Representations and CertificationsCommercial Items, 52.212-4 Contract Terms and ConditionsCommercial Items, 52.212-5 Contract Te rms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, 52.219-6 Notice of Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor  Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segrega ted Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on S pecial Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.252-2 C lauses Incorporated by Reference http://farsite.hill.af.mil, 252.204-7004 Alternate A, 252.211-7003 Item Identification and Valuation See DFARS 211.274, 252.212-7001 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7035 Alt 1 Buy American ActFree Trade AgreementsBalance of Payments Program Certificate, 252.225-7036 Alt 1 Buy American ActFr ee Trade AgreementsBalance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. All clauses can be found at http://farsite.hill.af.mil The solicitation is issued as a Request for Quote (RFQ). The solicitation will be unrestricted. The NAICs code for this acquisition is 333924 (Size 750) and the SIC code is 3799. All quotes will be evaluated on price, technical capability, and delivery sc hedule, in that order of importance. The Government will award a contract to the responsible offeror whose offer is conforming to the solicitation and will be most advantageous to the Government. Contractors submitting quotes must be enrolled in the Centra l Contractor Registration Program (CCR). The closing date for this solicitation will be 14 Sept 2006, 3:00 PM Eastern Standard Time. Questions shall be written and faxed to (912) 966-8472 or e-mailed to wanda.washingtonturner@gasava.ang.af.mil Late quotes will not be accepted. Your quote shall be submitted in writing to wanda.washingtonturner@gasava.ang.af.mil or faxed to (912) 966-8472. This notice does not obligate the Government to award purchase orders for the subject items. This will be a single awa rd. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM-06-T-0005/listing.html)
 
Place of Performance
Address: 165th AW/MSGC 1401 Robert B Miller Jr Dr Garden City GA
Zip Code: 31408-9001
Country: US
 
Record
SN01135998-F 20060908/060906232936 (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.