Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

23 -- Tractor Truck Requirement for WHCA

Notice Date
9/12/2006
 
Notice Type
Modification
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
Reference-Number-DWHPR64093-64094
 
Response Due
9/12/2006
 
Archive Date
9/27/2006
 
Point of Contact
Nehemiah Jackson II, Contract Specialist, Phone 703-681-0256, Fax 703-681-0521,
 
E-Mail Address
nehemiah.jackson@disa.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, in conjunction with FAR Subpart 13.5, and as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a request for quotation (RFQ). The associated North American Industrial Classification Systems (NAICS) code for this procurement is 333924 with an associated small business size standard of 750 employees. This requirement is unrestricted for purposes of business participation. Offerors must be registered on Contractor Central Registration (CCR). This acquisition is firm-fixed-price. All quotes will be evaluated on the basis of lowest price ? technically acceptable. New equipment ONLY, NO remanufactured products, and NO ?grey? market items will be accepted. Offerors must include a statement with their quote indicating that their offer contains only new equipment, no remanufactured product, and no ?grey? market items. Offers will be accepted only from OEMs or authorized/qualified resellers to ensure that the equipment is unaltered, the product is new, maintainability is not at issue, and warranties are properly in place. Offers from other than OEM or authorized/qualified resellers will be deemed unresponsive and will not be evaluated. The following provisions in their latest editions apply to the solicitation: FAR 52.212-1. Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors shall request a copy from the contract specialist: 52.204-9000 Points of Contact and 52.232-9000 Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following internet websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, and http://www.arnet.gov/far/. Shipments are to be F.O.B. Destination. Items will be shipped to White House Communications Agency, Building 399 (Loading Dock), Anacostia Annex, Washington, DC, 20373. Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Delivery shall occur within thirty (30) days after receipt of order (ARO). Offerors may indicate that their response to FAR 52.212-3 Offeror Representations and Certifications-Commercial Items has been loaded on http://orca.bpn.gov. Quotes must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the offerors responsibility to visit this website frequently for updates on this procurement. The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government based on the lowest price, technically acceptable. Quotes must be submitted by email no later than 3:00 p.m. EST, 12 September 2006. Late quotes will not be accepted. Please submit quotes to Nehemiah G. Jackson II {(703) 681-0256} at Email: nehemiah.jackson@disa.mil . This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. DISA requires the following items: 1) Semi Tractor Truck 4x6 Day Cab (specifications are attached) 2) Semi Tractor Truck 4x6 Full High-Rise Sleeper Cab minimum 63? height (specifications are attached) Thank you in advance for your quote! NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-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/DISA/D4AD/DTN/Reference-Number-DWHPR64093-64094/listing.html)
 
Place of Performance
Address: White House Communciations Agency Bldg. 399, Anacostia Annex Washington D.C.
Zip Code: 20373
Country: UNITED STATES
 
Record
SN01141711-F 20060914/060912224217 (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.