Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

25 -- SNOW BLOWER ASSEMBLIES

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB-06-T-4045
 
Response Due
9/18/2006
 
Archive Date
11/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; propo sals are being requested and a written solicitation will not be issued. (II) Solicitation W912JB-06-T-4045 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Fede ral Acquisition Circular (FAC) 2005-12, Effective 04 Aug 2006 & Class Deviation 2005-0001. (IV) Proposed acquisition is 100% set aside for small business concerns. The associated North American Industry Classification System (NAICS) code for this acquisition is 423120, standard industrial classification 5013, (size standard 500 employees). (V) COMMERCIAL ITEM DESCRIPTION: The quote shall consist of one Line Item (1 ) Part No. 1844370 or equal, Manufacture: Oshkosh, Product: Snow Blower Assembly, 3K ton/hour, Quantity 2 Each. This request is solicited as advertise only. Funds are not presently available for this requirement. The Government's obligation under this re quirement is contingent upon the availability of appropriated funds from which contract award can be made. (VII) Delivery is to: Selfridge ANG Base, MI 48045. Delivery will FOB Destination and all cost associated with shipping will be included in price. ( VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.211-6 Brand Name or Equal is hereby included: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considere d for award, offers of equal products, including equal products of the brand name manufacturer, must(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by(i) Brand nam e, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4)Clearly describe any mod ifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information f urnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicat es in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212- 1, Instructions to Offerors, FAR 52.212-2, Evaluation of Commercial item. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Represent ations and Certifications may be obtained from the plans section of (www.nationalguardcontracting.org ). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252. 204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Full text available at http://farsite.hill.af.mil; Additional FAR cl auses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sa les to the Government; 52.219.1 (Alt I), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans ; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act Supplies; 52.225-2 Buy American Act Certificate; 52.232-18 Availability of Funds; 52.233-3 Protest After Award; 52.222-37, Employment R eports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, Clauses Incorporated by Referen ce, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed e lectronically at this address: http://farsite.hill.af.mil; 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7035, Buy American ActFree Trade Agreement Balance of Payment Program Certification; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial It ems (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil; 252.225-7012, Pref erence for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supp lies by Sea. All information relating to this solicitation, including bid schedule, special notes, pertinent SOW, changes/amendments, questions and answers, will be posted on the following website: www.nationalguardcontracting.org. Formal communications s uch as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted at www.nationalguardcontracting.org. They will be con tained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than 12:00 P.M. eastern standard time, 10 August 2006. Terms of the solicitation and specificati on remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quotes will be due to the 127WG/LGC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 18 September 2006, 10 a.m. eastern standard time. Email quotes will be accepted at 127thwgcontracting@miself. ang.af.mil, reference RFQ# W912JB-06-T-4045 in the subject line. No FAX quotes will be accepted. Point of Contact is TSgt. Forest Wilson (586) 307-4731.
 
Place of Performance
Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
Country: US
 
Record
SN01142465-W 20060915/060913221537 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.